Loading...
HomeMy WebLinkAbout2024-04-23 - AGENDA REPORTS - LMD ZONE 2008-1 CONTRO Agenda Item: 5 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: TA 4¢„� _� DATE: April 23, 2024 SUBJECT: LMD ZONE 2008-1 LANDSCAPE MAINTENANCE CONTRACT DEPARTMENT: Administrative Services PRESENTER: Andrew Adams RECOMMENDED ACTION City Council: Award a contract to Stay Green Inc. to provide landscape maintenance services for Landscape Maintenance District Zone 2008-1 Major Thoroughfare Medians, for a two-year contract amount not to exceed $3,064,598. 2. Authorize the City Manager or designee to execute up to three additional one-year renewal options beginning in year three, not to exceed the annual contract amount, inclusive of as - needed expenditure authority, plus an adjustment in compensation consistent with the appropriate Consumer Price Index, upon request of the contractor, and contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. 3. Authorize the City Manager or designee to execute all contracts and associated documents, subject to City Attorney approval. 4. Appropriate a one-time budget increase in Fiscal Year 2023-24 from the Areawide Fund Balance (Fund 367) to expenditure account 3672400-516110 in the amount of $33,920. 5. Appropriate an ongoing budget increase, beginning in Fiscal Year 2024-25, of $407,043 from the Areawide Fund Balance (Fund 367) to expenditure account 3672400-516110. 6. Find that the award of contracts is exempt from the California Environmental Quality Act pursuant to Article 19 — Categorical Exemptions, Section 15301, Existing Facilities, (h) Maintenance of Existing Landscaping. Page 1 Packet Pg. 34 O BACKGROUND The City of Santa Clarita (City) administers 62 financially independent zones within the Landscape Maintenance District (LMD), providing landscape maintenance services through contracts with private companies. Request for Proposal (RFP) LMD-23-24-26 for the maintenance of LMD Zone 2008-1 (Area Wide Major Thoroughfare Medians) was published and circulated via the City's e-procurement system BidNet on February 13, 2024. Unlike a bid procurement, where the recommended contract award is based upon the lowest, most responsive bid, the RFP procurement approach utilizes multiple weighted criteria to evaluate and score proposals. This approach reinforces performance expectations and ensures that vendors dedicate adequate employees to service the contract. While the price for services is a component constituting 10 percent of the weighted evaluation criteria, 90 percent of the evaluation criteria focuses on the overall value provided, including the composition and structure of the contractor's crew, their schedule to rotate through the maintenance areas, understanding of the specifications, and references. The following categories comprised the weighted criteria used to evaluate proposals: • Value Provided - Team Composition/Crew Structure/Rotation Schedule/Response Times (65%) • Acknowledgement and Understanding of Specifications (15%) • Proposal Amount (10%) • References and Certifications (10%) The City transmitted the solicitation to 568 vendors on BidNet, of which 36 vendors downloaded the RFP. Seven companies submitted proposals for consideration. An evaluation panel comprised of staff representing the City's Special Districts division scored the responses based on a 300-point system, with the results outlined below: COMPANY LOCATION POINTS AWARDED ANNUAL COST Stay Green Inc. Santa Clarita, CA 291 $1,413,312 Marina Landscape Services, Inc. Stevenson Ranch, CA 272 $1,448,640 Mariposa Landscapes, Inc. Irwindale, CA 272 $15582,896 Oakridge Landscape, Inc. Valencia, CA 222 $15827,468 SGD Enterprises DBA Four Seasons Landscaping Van Nuys, CA 200 $15252,960 Elite Maintenance & Tree Service Clovis, CA 184 $907,368 American Heritage Landscape, Inc. Canoga Park, CA 157 $2,156,880 In reviewing proposals, Stay Green Inc. (Stay Green) was awarded the highest score by the evaluation team. The evaluation team determined that Stay Green's proposal offered the best overall value to meet the landscape maintenance needs within LMD Zone 2008-1. Stay Green's proposal demonstrated an excellent "Value Provided" ranking, the highest of all proposers in this category. Stay Green also earned the highest score in the category of "Rotation Schedule" and Page 2 Packet Pg. 35 O second highest in "Team Composition." Additionally, City staff coordinated with Stay Green to further reduce the proposed monthly maintenance service cost from $1,413,312 to $1,247,040 annually by reducing the proposed crew size of 17 to 15 to more accurately reflect the historical manpower required to meet City standards. While SGD Enterprises DBA Four Seasons Landscaping and Elite Maintenance & Tree Service submitted lower -cost proposals in comparison to Stay Green's initial cost offering, their scores out of 300 points (200 for SGD Enterprises and 184 for Elite Maintenance & Tree Service, respectively) highlighted to the evaluation team their inadequate proposed manpower, ineffective rotation schedules, and a lack of comprehensive understanding of the City's expectations for a contract of this magnitude. Continuing the evaluation process, staff requested revised pricing from the second -highest ranked firms, Marina Landscape Services, Inc., and Mariposa Landscapes, Inc. Analysis of the revised cost files confirmed that Stay Green remained the frontrunner among all proposers. Stay Green also committed to reducing their monthly invoice by $320 per person during inclement weather, resulting in anticipated savings of approximately $30,000 annually. Staff completed a due -diligence review of Stay Green's professional references and determined their work history meets the City's standards and performance expectations. Based on the above, staff recommends awarding the landscape maintenance contract to Stay Green Inc. To support these contracts, staff is requesting an ongoing appropriation of $407,043, specific to LMD Zone 2008-1. The requested ongoing base adjustment is reflective of rising fuel and industry labor costs. Moreover, the recommended contract amount is necessary to ensure Stay Green can perform monthly landscape maintenance and repairs, maximize operational efficiencies, and complete such work promptly. Maintenance and repairs include responding to emergencies, irrigation repairs, replacement of irrigation systems, addressing vandalism, and one-time beautification enhancement projects. The increase in expenditure authority granted by the City Council does not guarantee additional compensation under the terms of the recommended contract. Beyond retaining the discretion to utilize alternative contractors as deemed necessary, all unscheduled repair work or one-time enhancement projects performed by Stay Green under the contract will continue to require staff review and advanced authorization by the City's Special Districts division. Furthermore, to improve maintenance standards and enforce accountability, the solicitation also includes provisions to impose payment reductions for poor performance should the contractor fail to meet their maintenance obligations. This award of this contract is not subject to California Environmental Quality Act (CEQA) review pursuant to CEQA Guidelines Article 19 - Categorical Exemptions, Section 15301, Existing Facilities, (h) Maintenance of Existing Landscaping. This contract meets the criteria for this exemption because the scope of work falls under existing landscape maintenance. ALTERNATIVE ACTION Other action as determined by the City Council. Page 3 Packet Pg. 36 O FISCAL IMPACT The recommended action requires a one-time appropriation of $33,920 in the current fiscal year and an ongoing appropriation of $407,043 beginning in Fiscal Year 2024-25 from theArewide Fund Balance (Fund 367) to support recurring landscape maintenance costs associated with the award of this contract. Funding for future years is contingent upon the appropriation of funds by the City Council in the annual budget for such fiscal year. ATTACHMENTS LMD Zone 2008-1 RFP Documents (available in the City Clerk's Reading File) LMD Zone 2008-1 Stay Green, Inc. Proposal With Revised Cost File (available in the City Clerk's Reading File) Page 4 Packet Pg. 37 REQUEST FOR PROPOSALS 2008-1 Area Wide Major Thoroughfare Medians PROPOSAL # LMD-23-24-26 TABLE OF CONTENTS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California SECTION A REQUEST FOR PROPOSALS PROPOSAL INSTRUCTIONS DOCUMENT CHECKLIST SECTION B SCOPE OF WORK RESPONSE FORMAT AND SELECTION CRITERIA SECTION C SAMPLE MAINTENANCE AGREEMENT FRINGE BENEFIT STATEMENT SECTION D EXHIBIT A: COST PROPOSAL EXHIBIT B1: ADDITIONAL PRICING EXHIBIT B2: ADDITIONAL PRICING CONTINUED EXHIBIT C: VIOLATION RECORDS EXHIBIT D: PROACTIVE APPROACH FORM EXHIBIT E: DESIGNATION OF SUBCONTRACTORS EXHIBIT F: REFERENCES EXHIBIT G1: STAFF EXHIBIT G2: STAFF HOURS EXHIBIT H: EQUIPMENT REQUIREMENTS EXHIBIT I: CERTIFICATIONS EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS ATTACHMENT A INVENTORY LIST ATTACHMENT B AREA MAP ATTACHMENT C 2024 HOLIDAY SCHEDULE SECTION A RFP Information & Instructions CITY OF SANTA CLARITA REQUEST FOR PROPOSALS Project Name: 2008-1 Area Wide Major Thoroughfare Medians Proposal #: LMD-23-24-26 Dates Published: February 13, 2024 Pre -Bid Meeting: February 20, 2024 at 3:00 PM (PT) via Zoom. Please see Section B for Zoom meeting information. Last Day for Questions: March 6, 2024 before 11:00 AM (PT) Proposal Closing: March 14, 2024 before 11:00 AM (PT) License(s) Required: Class C-27 California Landscaping Contractor License Project Description: The City of Santa Clarita (City), Landscape Maintenance Districts (LIVID) is soliciting proposals from qualified landscape companies for landscape maintenance of the City's LIVID Zone 2008-1 Major Thoroughfare Medians. The City has the authority to split the work scope and award contracts to various proposers. This decision will be based on a thorough review of the proposals and negotiations with the highest - ranked firms, if such an approach is deemed beneficial. Prevailing Wage: Yes Bond Requirements: No Contact Information: Danielle Marquez 1 (661) 255-4936 1 dmarquez@santaclarita.gov Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only proposals submitted by proposers (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. Specifications for this request for proposals (RFP) may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and RFP requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the RFP documents is available upon request in the City Clerk's office, suite 120. RFP Questions must be submitted electronically via the BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the proposal response. If addenda are not signed and submitted with the proposal response, the submission may be deemed non -responsive and rejected. PROPOSAL INSTRUCTIONS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California 1.SUBMITTING PROPOSALS. 1.1.The response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet). 1.2.All documentation of unit pricing or other cost breakdowns as outlined in this proposal must be submitted to support the total proposed price. 1.3.Proposals/corrections received after the closing time will not be accepted. The City will not be responsible for proposals not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 2.ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is lease of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. This information will be available via BidNet. Vendors are cautioned against relying on verbal information in the preparation of proposal responses. All official information and guidance will be provided as part of this solicitation or written addenda. Addenda, if issued by the Agency, will be transmitted via BidNet. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the proposal. If addenda are not signed and submitted with the proposal response, the proposal may be deemed non-responsive and rejected. 3.PRE-PROPOSAL MEETING. A non-mandatory, virtual pre-proposal meeting to discuss the required scope of work will be held at 3:00 PM (PT) on February 20, 2024, via Zoom. The Zoom meeting link is below: Join Zoom Meeting: https://santaclarita.zoom.us/j/82444074391 Meeting ID: 824 4407 4391 Passcode: 865177 4.AWARDS. 4.1.The City reserves the right to waive any informality in any proposal. 4.2.This RFP does not commit the City to award a contract, or to pay any amount incurred in the preparation of the proposal. The City reserves the right to accept or reject all proposals received as a result of this request, to negotiate with any qualified consultant, or to cancel this RFP in part or in its entirety. The City may require the selected consultant to participate in negotiations and to submit such technical, price, or other revisions of the proposal as may result from negotiations. The City reserves the right to extend the time allotted for the proposal, and to request a best and final offer, should it be in its best interest to do so. 4.3.The proposal may be awarded in its entirety as proposed; however, the City reserves the right to reserves the right to award subsequent work on this project based on information presented in this proposal, without recourse to a separate or subsequent RFP process, should it be in its best interest to do so. standards are provided the City considers them to be material and may accept or reject deviations. The list of proposals submitted will be posted on BidNet, normally within 24 hours. 5.BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. 5.1.The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in the solicitation document does not restrict vendors to the manufacturer or specific article, this means is being used simply to indicate a quality and utility of the article desired; but the goods on which bids/quotes/proposals are submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely to the material items in question and does not supersede any other specifications or requirements cited. Materials differing from stated specifications may be considered, provided such differences are clearly noted and described, and provided further that such articles are considered by a City official to be in all essential respects in compliance with the specifications. 5.2.If you plan on bidding/quoting/submitting a proposal with an alternative or equivalent product please provide the cut sheet/spec sheet or detailed product description for the proposed product via the BidNet Q&A section. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteri solicitation. The proposal must also clearly identify the item by brand name (if any), and make/model number. In addition, the proposal may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City, and clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Staff will provide an answer via BidNet if the proposed product will be considered. 5.3.Any alternatives or equivalent product proposals must be made prior to the last day for questions. The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 6.COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this solicitation with the agreement of the successful vendor(s) and the City. The lack of exception to this clause in vendor's response will be considered agreement. However, the City is not an agent of, partner to or representative of these outside agencies and is not obligated or liable for any action or debts that may arise out of such independently negotiated "piggy-back" procurements. 7.DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and contract delivery may begin no later than fifteen (15) calendar days from receipt of order. 8.INVOICES. Invoices will be forwarded to: City of Santa Clarita Special Districts Division Attn: Mike Choate 23920 Valencia Blvd. Ste. 295 Santa Clarita, CA 91355-2196 Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the contract. Invoice processing begins on receipt of the material or invoice, whichever is later. 9.DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No proposer or subcontractor/subconsultant may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 \[with limited exceptions from this requirement for proposal purposes only under Labor Code Section 1771.1(a)\]. No proposer or subcontractor/subconsultant may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 10.PREPARATION. All proposals and required forms must be uploaded as laid out in the BidNet General Attachments Section. 11.REJECTION. The City reserves the right to reject any or all proposals and to waive any informality in any proposal. The City may reject the proposal of any vendor who has previously failed to perform properly, or complete on time, contracts of a similar nature, or to reject the proposal of a vendor who is not in a position to perform such a contract satisfactorily. The City may reject the proposal of any vendor who is in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita. 12.RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this RFP will be for two (2) years with the option for three (3) additional one (1) year renewals, in accordance with the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing of the contract does not change more than the Consumer Price Index identified in the City Council approved City of te may increase each fiscal year based on the annual change in the Consumer Price Index (CPI), during the preceding year, for All Urban Consumers, for the Los Angeles, Long Beach and Anaheim areas, published by the United States Department of Labor, Bureau of Labor Statistics (or a reasonably equivalent index should the stated index be discontinued). The index level for the month preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit will be the percentage change based on the difference between the beginning level or the adjustment level last used and the index level for the period 90 days prior to the award anniversary. The final adjusted amount will be determined by Purchasing staff. If a price adjustment is not requested prior to the award anniversary date, the Days (120 days) or for the stated contract period, whichever is longer. 13.CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract Code Section 3300, the successful vendor shall submit proof of a Class C-27 California Landscaping Contractor License with proposal response. Failure to possess the specified license shall render the proposal as non-responsive and shall act as a bar to award the contract to any proposer not possessing said license at the time of award. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. 14.PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the Calif web site at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. 15.SUBCONTRACTORS. For all projects, the vendor must list any subcontractors/subconsultants that will be used, the work to be performed by them, and total number of hours or percentage of time they will spend on the project. Copies of subcontracts will be provided to the City Engineer upon their request. Each proposer must submit with their proposal the following: The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. The address of each firm. The telephone number at the place of business. Work to be performed by each subcontracting firm. Total approximate dollar amount of each subcontract. 16.TERMINATION. The City may terminate any purchase, service or contract with or without cause either verbally or in writing at any time without penalty. DOCUMENTS CHECKLIST PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California In addition to the items requested for the proposal the following documents are required to be completed and submitted by the proposer. The following documents must be provided by ALL proposers: Uploaded via BidNet (see Section D: Exhibits) Response File separately from the Response File: o Exhibit A: Cost Proposal o Exhibit B1: Additional Pricing o Exhibit B2: Additional Pricing Continued o Inclement Weather Plan Exhibit C: Violation Records Exhibit D: Proactive Approach Form Exhibit E: Designation of Subcontractors Exhibit F: References Exhibit G1: Staff Exhibit G2: Staff Hours Exhibit H: Equipment Requirements Exhibit I: Certifications Exhibit J: Acknowledgement & Acceptance of Scope of Work Exhibit K: Notice to Proposers Regarding Contractual Requirements Maintenance Schedule(s) - Daily, Weekly, Monthly, Semi-Annual, Annual (see examples in Section E) Rotation Schedule (Area Map showing frequency of work within designated areas/sections) BidNet The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Mike Choate Maintenance Agreement Insurance Required by Contract W-9 Form Fringe Benefit Statement SECTION B Solicitation Information SCOPE OF WORK PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California EVENT DATE Solicitation advertisement February 13, 2024 Pre-Proposal Meeting February 20, 2024 Last day for questions March 6, 2024 Return of proposals March 14, 2024 Contract award April 9, 2024 INTRODUCTION The City of Santa Clarita (City), Landscape Maintenance Districts (LMD) is soliciting proposals from qualified landscape companies for landscape main Thoroughfare Medians. The City has the authority to split the work scope and award contracts to various proposers. This decision will be based on a thorough review of the proposals and negotiations with the highest-ranked firms, if such an approach is deemed beneficial. The City requires the landscape contractor to include all labor and equipment for an all-inclusive contract for landscape maintenance. The area is approximately 75 (landscaped) acres and 17 (non-landscaped) acres for LMD Zone 2008-1 Area Wide Major Thoroughfare Medians. The landscape maintenance bid shall be all inclusive for labor hours and equipment, meaning: Contractor shall at their cost provide all the labor and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. This includes, but is not limited to irrigation repairs minor and major, shrub, tree, and groundcover planting, spreading mulch as needed (approx. 5,000 cubic yards), fertilizer application (minimum of twice annually), chemical applications, litter pickup, doggie litter removal, trash bags removal and replacement, soil/turf aerification, and the possible application of micro-nutrients/soil amendments. All supplies and parts will be paid by markup of 15%. In keeping with State mandated diversion requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 85% of the green waste generated by referenced LMD Zone. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on-site at a minimum of twice per week. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the acres or larger. Certified Landscape Irrigation Auditor). The Contractor will be required to communicate work requests back and forth to LMD staff through desktop computer, hand held device, or laptop. The Contractor is encouraged to provide copies of awards, and recognitions received for landscape maintenance excellence. And must supply a C-27 license copy or, at minimum, the license number with their proposal response. Please refer to the following General Requirement section includes general and special conditions that shall apply to all jobsite locations. Also included in this section are the Scope of Work instructions which more clearly define the services, scheduling, or special circumstances for each location to be serviced. 1.GENERAL REQUIREMENTS 1.01 The City is soliciting sealed proposals from qualified landscape maintenance companies for the ALL-INCLUSIVE LABOR AND EQUIPMENT under the terms of this proposal, to provide for maintenance of landscaped medians and various other locations throughout the City. The Contractor shall furnish all labor, equipment, materials, tools, services and special skills, i.e. Irrigation Specialists, Irrigation Assistants, Foreman, and Supervisors required executing the landscape maintenance as set forth in these all-inclusive labor and equipment specifications. The Contractor will be expected to uphold the highest standards of quality and performance maintenance of plant material, hardscape, and irrigation systems. Maintenance of plant material shall include, but not be limited to: trimming, edging, hand pruning, fertilization, application of pre-emergent herbicides, weed control, minor tree trimming (thinning, raise trimming for clearance, deadwood removal), labor for plant replacements, and cleanup/clearing of drainage systems. All mulch provided by the City will be disbursed by the contractor on site to control weed growth. It is the intent of these specifications to provide plant material maintenance methods to keep all areas weed free, trash free, and in an overall state of good health. The Landscape Maintenance District (hereinafter defined as the LMD) covered by this Agreement shall be maintained at a crisp, clean level of appearance at California Landscape Contractors Association (CLCA) Industry standards and all work shall be performed in a professional manner using quality equipment and materials. Said areas shall be maintained to provide the manpower necessary at the expected level of services provided for in these specifications at all times. The 2008-1 Area Wide Major Thoroughfare Medians shall be split into separate maintenance areas and maintained by the same crew on a regular basis as outlined in a rotation schedule. These areas will be identified by each contractor in a rotation map. Each crew shall receive individual pricing. Maintenance Specialist, Project Development Coordinator, Landscape Maintenance Administrator, Special Districts Manager, the Neighborhood Services Director or his qualified 1.03Contractor shall under the terms of this agreement provide the labor, materials, and equipment necessary for the provision of grounds, irrigation and landscape maintenance services. All locations shall be maintained with nothing but the highest of industry standards at no less than the frequencies set forth herein and as proposed in the cost proposal. 1.04Contractor is hereby hired and paid to render and provide all-inclusive labor and equipment for landscape, grounds and irrigation maintenance services including, but not limited to: a.Maintenance of previous turf areas both irrigated and non-irrigated; b.75% hand pruning and 25% mechanical; c.Fertilization; d.Hand watering (as necessary or as directed by City staff); e.Bleeding of valves necessary during emergencies when automatic systems are not functioning; f.Pruning of shrubs, ground cover and trees; g.Disease control; h.Pest control; i.Tree maintenance; structural pruning per ANSI Best Management Practices, and International Society of Arboriculture (ISA) Pruning Standards; j.Maintenance and repairs of irrigation systems both minor and major; k.Mulching (City provided mulch); will be disbursed by the contractor at their expense; l.Manual weed abatement; m.Chemical weed control; n.Marking underground irrigation lines and other LMD equipment upon Dig Alert notification; o.Maintenance of Parkways, Tree Wells, and Side Panels in designated areas; p.Traffic control (per Watch Manual) while working in the public right of way, medians, and parkways; q.Irrigation Specialist, Irrigation Assistant, Laborers and Foreman as required. r.Hardscape (i.e.: sweeping or blowing down concrete and/or crack weed abatement); The landscape areas include: may include irrigated and/or non-irrigated landscaped areas; natural areas, shrubs, trees, and ground cover which may be irrigated by electrically controlled automatic or manual systems. 1.05Contractor shall not work or perform any operations, which may cause unsafe working conditions or destroy/damage planted areas. 1.06Contractor recognizes that during the course of this Agreement other activities and operations may be conducted by alternative contracted parties. These activities may include, but are not limited to: a. Landscape refurbishment; tree, shrub, and ground cover installation; b. Irrigation system refurbishment and/or repair; c. Construction and/or storm related operations; d. Emergency response operations; e. Electrical repairs; f. Tree Trimming / Tree planting / Tree counting; g. Concrete removal and replacement, block wall and brick repairs; h. Fence installation and repairs, wood, vinyl, and crete rail; i. Integrated pest management / Chemical applications to trees; j. Streetscape furniture cleaning and pressure washing of walkways and appurtenances. k. Ground Cover removal; At the discretion of LMD, the Landscape Maintenance Contractor may be required to modify or curtail specific tasks and operations within their maintenance contract. 1.07When notified of a landscape or irrigation emergency during the hours and days of maintenance service as identified in Section 9, the contractor shall respond by phone to the Landscape Maintenance District Monitor, Inspector and/or Special Districts Office within fifteen (15) minutes of notification. When notified of an emergency outside of the normal hours and days of maintenance service, the contractor has thirty minutes to respond by phone to the Landscape Maintenance District Monitor, Inspector and or Special Districts. If personnel and equipment are necessary for the emergency, the contractor must have these resources available within 2 hours. Upon arriving at an emergency situation, it shall be the responsibility of the contractor to eliminate all unsafe conditions which would adversely affect the health, safety, or welfare of the public. 1.08Contractor shall clearly identify and equip each vehicle used within the City with decals on the exterior right and left front door panels identifying the Contractor's name. Contractor shall require each employee to adhere to basic public works standards of working attire. Uniforms (matching pants and shirts), proper shoes, safety vests and other gear required by State Safety Regulations (OSHA) shall be properly exhibited. Shirts shall be buttoned and worn at all times. 1.09Contractor and employees shall at all times dress in a company uniform that identifies their employer and exhibit good customer service to City staff, City contracted staff, residents, and the general public throughout the term of this contract. All communication will be professional in manner between all parties. The Landscape Maintenance Districts may employ consulting landscape maintenance inspectors/monitors. These consultant monitors will be treated the same as other Special District staff. Failure to properly and respectfully communicate may be cause for contract termination. 1.10The contractor is required to have a minimum maintenance field. Vendor is to provide a minimum of three (3) references with a similar scope & type of work within the proposal response. the computer based central operating systems of all WeatherTrak, and LEIT irrigation control systems and corresponding equipment. Should Special Districts choose a different controller manufacturer, the contractor shall make available employees or representatives for product training at no additional cost to City. 1.12Contractor shall provide cellular communication to each crew foreman and have the ability to connect to City Inspectors and Special Districts representatives. 1.13The contractor, and/or subcontractors, must possess the following licenses at time of proposal submission; C-27 California Landscaping Contractor License. The contractor or subcontractor must identify a staff member certified or licensed as a qualified applicator through the California Department of Pesticide Regulation. The contractor shall (when required) have a Certified Arborist identified by the International Society of Arboriculture (ISA)/ or have a contract with a Certified Arborist on a as needed basis. The contractor must identify a staff member who is a Certified Landscape Irrigation Auditor (CLIA). The proposer will submit copies of the licenses, and certificates or subcontractor information sheets, indicating licenses held at the time of proposal submission. 1.14The contractor will be required to obtain and pay for any permits that may be required for the performance of any tasks under this contract with the exception of oak tree permits. 2.LANDSCAPED AREAS TO BE MAINTAINED 2.01The LMD areas to be maintained under the provisions of this Agreement are specifically identified in Attachment A: Inventory List and Attachment B: Area Map (Inventory List and Area Map). 2.02Contractor must acknowledge inspection of the thirty days of start of contract. Contractor accepts the premises in their present physical condition, and agrees to make no demands upon LMD for any improvements or alterations to irrigation, and landscaped areas thereof. Contractor agrees to possessing the ability to maintain LMD areas within the provision of this proposal, to the standards set forth herein, without modification, improvement, or altercation. 2.03Estimated square footages are provided by LMD for all areas to be maintained on Attachment A: Inventory List. However, these estimates are for reference only and it is the responsibility of Contractor to verify by inspection and ob 3.CERTIFICATIONS/REPORTS/RECORDS 3.01Payroll and Prevailing Wage Report: Contractor shall complete a payroll and prevailing wage certification report which shall be made available to LMD concurrent with the monthly invoicing. Contractor shall provide the required information in a form acceptable to Special Districts. The City is requesting that one monthly bill be submitted by the contractor to Special Districts for the maintenance. The monthly payment will not be made until such report is received and approved by Special Districts. Vendor to provide sample of monthly bill with proposal response. 3.02Daily Staff Attendance Report: Contractor shall complete a daily staff attendance report which shall be made available to Special Districts upon request. This report shall include the date, names, and job titles of all on-site staff working within the Zone each day. The monthly payment will not be made until such report is received by Special Districts upon request. 3.03Certification of Specialty Type Maintenance: When applicable, Contractor shall include with the monthly invoice those specialty type maintenance items completed. The following information shall include but not be limited to: a.Quantity and complete description of all commercial and organic fertilizer(s) used. b.Quantity and complete description of all soil amendments used. c.A valid licensed California Pest Control Advisor's recommendations and copies of corresponding Agricultural Commissioners Pesticide Use Reports signed by a licensed California Pest Control Operator for all chemical, disease and pest control work performed. The report shall be accompanied by a listing of each material used, quantity used, and the location of use, the date used, the applicators name and the license number. 3.04Company Financial Records: The contractor may be required to supply the City with their financial records through a reputable independent auditor, such as Dunn & Bradstreet. 3.05Violation Records: The awarded contractor shall not have two (2) or more Cal-Osha sustained complaints or four (4) or more California State Contractor Board sustained complaints within the past four (4) years. A proposal response from the awarded vendor that does not meet these requirements may be considered a non-responsive proposal, and the City will proceed to the next qualified proposer. Please supply this information on Exhibit C: Violation Records. 4.ADDITIONAL WORK 4.01Prior to performing any extra work, Contractor shall prepare and submit a written description of the work with an estimate including the hours and skill level of labor and a list of materials. No work shall commence without the written authorization from Special Districts. Costs for additional work shall not exceed the labor rate identified on Exhibit B1 and B2: Additional Pricing. more than 15%. The contractor will maintain and 4.02When a condition exists wherein there is imminent danger of injury to the public or damage to property, Special Districts may verbally authorize the work. However, within 24 hours after receiving such verbal authorization, Contractor shall submit a proposal to be approved by Special Districts. 4.03All extra work shall commence on the specified date established, and Contractor shall proceed diligently to complete said work within the time allotted. All invoices submitted by Contractor for extra work shall include a detailed itemization of labor and/or materials. All invoices for extra work and items must be submitted biweekly to Special Districts. 5.CONTRACTOR'S LIABILITIES 5.01All damages resulting from Contractor's operation within the LMD areas shall be repaired or replaced at Contractor's expense within 48 hours. 5.02All such repairs or replacements shall be completed within the following time limits. a.Irrigation damage shall be repaired or replaced prior to the next regularly scheduled watering event b.All damages to shrubs, trees, or ground cover shall be repaired or replaced within five (5) working days or sooner as directed by Special Districts. c.All concrete walkway, block walls, light poles, or any appurtenances, shall be repaired within a reasonable timeframe agreed upon by LMD staff. 5.03All repairs or replacements shall be completed in accordance with the following maintenance practices. a.Trees; Minor damage such as bark lost from impact of mowing equipment shall be remedied by a qualified tree surgeon or arborist. If damage results in loss of a tree, the specific instructions of Special Districts. b.Shrubs; Minor damage may be corrected by appropriate pruning as required in Section 18, "Shrub and Ground Cover Care," of the Specifications. Major damage shall be corrected by removal of the damaged shrub and replacement to comply with the provisions in Section 18 "Shrubs and Ground Cover Care" of the Specifications. c.Chemicals; Any damage resulting from chemical operations, either spray-drift or lateral-leaching shall be corrected in accordance with the aforementioned maintenance practices. Any soil damaged from chemical application shall be reconditioned or replaced. 6.INTERPRETATION OF THE MAINTENANCE SPECIFICATIONS 6.01Should any misunderstanding arise, Special Districts will interpret this Agreement. If the Contractor disagrees with the interpretation of Special Districts, Contractor shall continue with terpretation. Within 30 days after receipt of the interpretation, Contractor may file a written request for a hearing before a Disputes Review Panel as provided hereinafter. The written request shall outline in detail the area of dispute. 6.02The Disputes Review Panel will be appointed by Special Districts and will be composed of not less than three (3) Qualified personnel or representatives having experience in the administration of grounds maintenance contracts. The panel will convene within one (1) week of appointment in order to hear all matters related to the dispute. The hearing will be informal and formal rules of evidence will not apply. The Panel will submit its recommendation to Special Districts for consideration, within one (1) week following the conclusion of the hearing. Special Districts shall decision shall be final. 7.OFFICE OF INQUIRIES AND COMPLAINTS 7.01Contractor shall at all times, have some responsible person(s) employed by the Contractor to take the necessary action regarding all inquiries and complaints that may be received from the Homeowners Associations, property owners, and tenants within said LMD or from Special Districts personnel, representatives or patrons using the facility. This person(s) shall be reachable 24 hours per day. An answering service shall be considered an acceptable substitute to full time coverage, provided Contractor is advised of any complaint within one (1) hour of receipt of such complaint by the answering service. Neither answering machines nor voicemail are acceptable. The telephone of said Contractor shall be on the exchange or exchanges of said District(s) or a toll-free number, and in no case shall the people of said District(s) be required to pay a toll charge to telephone said Contractor. During normal working hours, Contractor's Foreman or an employee of Contractor, at the supervisory level, who is responsible for providing maintenance services, shall be available for notification by telephone communication. 7.02Whenever immediate action is required to prevent impending injury, death, or property damage to the LMD being maintained, Special Districts may authorize such action to be taken by a third- party work force and shall charge the cost thereof as determined by the Administrator, against the Contractor, or may deduct such cost from an amount due to Contractor from Special Districts. 7.03Contractor shall maintain a written log of all complaints, the date and time thereof, and the action taken pursuant thereto or the reason for non-action. The log of complaints shall be available for inspection by Special Districts at all reasonable times. 7.04All complaints shall be addressed as soon as possible after notification; but in all cases within 24 hours, to the satisfaction of Special Districts. If any complaint is not resolved within 24 hours, Special Districts shall be notified immediately of the reason for not resolving the complaint followed by a written report to Special Districts within five (5) days. If the complaints are not resolved within the time specified or to the satisfaction of Special Districts, Special Districts may correct the specific complaint and the total cost incurred will be deducted from the payments owing to the Contractor from Special Districts. 8. SAFETY 8.01Contractor agrees to perform all work outlined in this Agreement in such a manner as to meet all California Landscape Industry Standards for safe practices during the maintenance operation for medians and parkways and to safely maintain stored equipment, machines, and materials or other hazards consequential or related to the work; and agrees additionally to accept the sole responsibility for complying with all local, City, State or other legal requirements including but not limited to, full compliance with the terms of the applicable O.S.H.A. and CAL-O.S.H.A. Safety Orders at all times so as to protect all persons, including Contractor's employees, agents of the City, vendors, members of the public or others from foreseeable injury, or damage to their property. Contractor shall inspect all potential hazards at the LMD areas covered by this Agreement and keep a log indicating date inspected and action taken. 8.02It shall be Contractor's responsibility to inspect, and identify, any condition(s) that renders any portion of the LMD premises unsafe, as well as any unsafe practices occurring thereon. Special Districts shall be notified immediately of any unsafe condition that requires major correction. Contractor shall be responsible for making minor corrections including, but not limited to: a.Filling holes in planting areas, and paving; b.Using barricades, signs, caution tape or traffic cones to alert patrons of the existence of hazards; c.Replace valve box covers so as to protect members of the public or others from injury. During hours of operations, Contractor shall obtain emergency medical care for any member of the public who is in need thereof, because of illness or injury occurring on the premises. Contractor shall cooperate fully with the City in the investigation of any accidental injury or death occurring on the premises, including a complete written report thereof to Special Districts within five (5) days following the occurrence. 8.03Under the circumstance that landscape maintenance work be performed in a Caltrans right of way; including but not limited to freeway onramps and offramps; the contractor shall adhere to the safety requirements in the Caltrans Maintenance Manual/Protection of Workers. 9. HOURS AND DAYS OF MAINTENANCE SERVICES to be provided pursuant to the work schedule approved in advance by Special Districts. No work will be performed on City Legal Holidays (see Attachment C) unless authorized by Special Districts Administration in advance. Blowers, hedge trimmers, chainsaws or other mechanical equipment with a decibel level above 65 decibels cannot be used before 7:00 a.m. within the City. 9.02Contractor shall provide on-site staffing to perform the required maintenance to meet required California Industry Standards anytime between Monday through Friday. Alternate days or any changes in the days and hours of operation shall be subject to approval by the Special Districts Division. 9.03Per State of California Labor Code, Contractor is directed to the following prescribed requirement labor under this Agreement, and said Contractor shall not require or permit any laborer, worker or mechanic, or any subcontractor employed by him to perform any of the work described herein to labor more than 8 hours during any one day or more than 40 hours during any one calendar week, except as authorized by Labor Code Section 1815, under penalty of paying to the City the sum of $25 for each laborer, worker, or mechanic employed in the execution of said Agreement by him, or any subcontractor under him, upon any of the work included in said Agreement for each calendar day during which such laborer, worker or mechanic is required or permitted to labor more than 8 hours in any one calendar day or 40 hours in any one calendar week, in violation of the provisions of Section 1811 to 1815, inclusive, of the Labor Code of the State of California. Special Districts recognizes there may be a need for preparation prior to and following on-site maintenance. A total of 30 minutes per day may be considered part of the proposed work hours in Exhibit G-2. Any additional operational work hours required outside of on-site maintenance activities (including any time spent traveling to and from the site) will be considered an operational cost absorbed by the contractor at their sole expense. 9.05Contractor in addition to City Legal Holidays (Section 9.01 /Attachment C) shall be permitted a nually without penalty of compensation for the purpose of the following sample uses; Staff Training, Staff Gatherings (Holiday Party, Company Picnic). Contractor has the sole discretion as to how and when the three days are to be used. Contractor shall be required to give LMD minimum one-week prior written notice for each request. Days may not be broken up into half days. The Contractor shall forfeit compensation at the daily crew rate for any days beyond the three permitted days. 10. MAINTENANCE SCHEDULES premises work schedule to Special Districts for review and approval. Said work schedule shall be frames for the required functions by the day of the week, morning, and afternoon. Rotational requirements for each area are to be approved by LMD Staff upon review of the work schedule. 10.02Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to Special Districts for review and approval within three (3) working days prior to scheduled time of work. A written copy of the 10.03The contractor must establish a work schedule approved by the City. Failure to complete the work as scheduled or as specified herein will result in the following actions: a.The sum of five hundred dollars ($500.00) per day will be deducted and forfeited from payment to the Contractor for each instance where an item of work is not completed in accordance with the schedule or any portion of the specifications herein. b.Deficiencies: An additional amount equal to the cost incurred by completion of the work by an alternate source, whether it be City forces or separate private contractor, even if it c.These actions shall not be construed as penalty but as adjustment of payment to the Contractor for only the actual work performed or as the cost to the City for inspection and other related costs from the failure by the Contractor to complete the work according to the schedule or specifications. 10.04The above provisions are not construed to eliminate Contractor's responsibility in complying with the requirements to notify Special Districts for maintenance. 10.05Contractor shall notify Special Districts, in writing, at least one (1) week prior to the date and time of all maintenance operations. a.Fertilization; b.Micro-Nutrients/Soil Amendments; c.Spraying of Trees, Shrubs, and Weeds; d.Aesthetic Tree and Shrub Pruning; e.Preventative disease control; f.Transplanting of small and medium sized plants; g.Lane closures notification for median or parkway maintenance is required; h.Other Items as Determined by Special Districts. 11. CONTRACTOR'S STAFF 11.01Contractor shall provide the minimum specified number of personnel to satisfy daily and/or employees of the contractor except subcontractors identified in the response to this proposal. Contractor must perform all work in accordance with the specifications set forth herein. Contractor's employees, assigned to any one crew serving 2008-1 shall include at least one individual crew member who speaks and comprehends the English language. 11.02Staffing requirements for maintenance of 2008-1 Area Wide Major Thoroughfare Medians will be a minimum off 680-man hours per week with dedicated crews five days per week. Crew structure shall consist at a minimum of the following: three irrigators, four lead maintenance workers and ten maintenance workers. Additional staff identified in Exhibit G1 will be added to weekly dedicated man hours. The sum of five hundred dollars ($500.00) per day will be deducted and forfeited from payment to the Contractor for each man that is missing from the minimum staffing requirements. 11.03Special Districts may at any time give Contractor written notice to the effect that the conduct or action of a designated employee of Contractor is, in the reasonable belief of Special Districts Staff, detrimental to the interest of the public using the premises, Contractor shall meet with representatives of Special Districts to consider the appropriate course of action with respect to such matter and Contractor shall take reasonable measures under the circumstances to assure Special Districts that the conduct and activities of Contractor's employees will not be detrimental to the interest of the public patronizing the LMD covered under this Agreement. 11.04LMD staff reserves the right to require the Contractor provide alternate staff members to supplement and/or replace staff that is determined to be performing below the expectations of LMD. The City will maintain sole authority of performance falls below these standards. The request for replacement from City staff is not limited to field crewmembers but also extends to management, supervisors, and specialized staff. Upon request, the contractor shall provide appropriately qualified alternatives for selection by LMD staff as necessary. 12. SIGNS/IMPROVEMENTS 12.01Contractor shall not post signs or advertising matter upon the premises or improvements thereon, unless prior approval therefore is obtained from LMD Special Districts. 13.UTILITIES 13.01Special Districts shall pay for all utilities associated with the maintenance of the LMDs. However, water usage shall not exceed the amount required to comply with irrigation schedules established by the Contractor and approved by Special Districts. Contractor will be required to manage the scheduling of the controllers. Contractor shall pay for all excessive utility usage due to Contractor's failure to monitor irrigation system malfunctions or unauthorized increases in the frequency of irrigation. These activities may include, but are not limited to watering during a rain storm and/or watering the day after rain and/or watering during a special event. The excess cost will be determined by comparing current usage with historical usage for the same time period. The excess to be deducted from payments to Contractor from Special Districts will be presented to Contractor by Special Districts prior to actual deduction to allow for explanations. 14.NON-INTERFERENCE 14.01Contractor shall not interfere with the public use of the LMD areas covered under this Agreement, and shall conduct its operations as to offer the least possible obstruction and inconvenience to the public or disruption to the peace and quiet of the area within which the services are performed. 15.USE OF CHEMICALS 15.01The application of chemicals such as herbicid expense inclusive of this contract. The City will no more than a 15% mark up. All work involving the use of chemicals shall comply with all Federal, State, and local laws and will be accomplished by a Certified Applicator under the direction of a Licensed Pest Advisor. Contractor, in complying with the California Food and Agricultural Code, shall provide a copy of a valid Pest Control Operator's License and valid Pest Control Advisor's License, or a copy of said licenses from a sub-contractor to Special Districts prior to using chemicals within the area. 15.02A listing of proposed chemicals to be used including; commercial name, application rates, and type of usage shall be submitted to Special Districts for approval. The listing will be accompanied by copies of Safety Data Sheets (SDS) for all chemicals that may be used in binder or booklet form. No work shall begin until written approval of use is obtained from Special Districts. The contractor shall consider the effects chemical application has on the environment. The contractor shall use the least toxic chemicals in the lowest quantity that will be effective in achieving the needed result. 15.03Chemicals shall only be applied by those persons possessing the training in chemical application or a valid California Applicator's Certificate. Application shall be in strict accordance with all governing regulations. 15.04Records of all operations stating dates, times, methods of application, chemical formulations, applicators names and weather conditions shall be made and retained in an active file for a minimum of three (3) years. Contractor shall provide a chemical use report and a copy of the PCA recommendation to Special Districts for each application (site specific) made during each month. This shall be in addition to the copy of the usage summary that is provided to the Agricultural Commissioner. 15.05All chemicals requiring a special permit for use must be registered with the County Agricultural Commissioner's Office and a permit obtained with a copy to Special Districts. 15.06All regulations and safety precautions listed in the "Pesticide Information and Safety Manual" published by the University of California shall be adhered to. 15.07Chemicals shall be applied when air currents are still; preventing drifting onto adjacent property and preventing any toxic exposure to persons whether or not they are in or near the area of application. 16.STORAGE FACILITIES 16.01Special Districts shall not provide any storage facilities for the Contractor. Any Contractors storage facilities must be located outside of the boundaries of the Zone for which landscape maintenance services are performed, unless Special Districts determines it would be in the best interests of Special Districts to waive this restriction. 17.SHRUB AND GROUND COVER CARE 17.01Contractor shall perform at his sole expense under the terms of this agreement the following services a.Pruning: Manually select prune shrubs throughout the year to encourage healthy growth habits, and to encourage growth to the natural shape of the plant according to its species and appearance with the exception of roses, which shall be pruned no later than the end of January. Periodic pruning may be required to maintain consistent size, structure, and/or appearance of large groupings of the same species. All shrubs shall be free of dead wood, weak, diseased, insect infested and damaged limbs at all times. Removal of all clippings will be completed the same day pruning occurs. Pruning will not be completed while plants are flowering, during the emergence of new growth, or when high temperatures are present during the hottest time of the year (typically July-August) unless directed by Special Districts. No balls, squares or unusual shapes are permitted under this proposal. Selective pruning is required following the natural habit of the particular plant. b.Trimming: The growth of shrubs and ground cover will be restricted to areas behind curbs and walkways, and within planter beds by trimming, as necessary, or upon notice by Special Districts. All trimming practices are subject to change as directed by Special Districts. c.Disease and Insect Control: All LMD areas are to be maintained free of disease and insects and treat when needed pursuant to Section 19. d.Weed Control: All ground cover and shrub beds are to be kept weed free at all times. Methods for control shall incorporate the following: (Removal on an as needed basis of existing/spent mulch may be required to insure the level of grade is kept below surrounding hardscapes and/or at an acceptable height as determined by LMD staff) 2.Hand removal 3.Cultivation 4.Chemical eradication using non-residual herbicides e.Shrub and Ground Cover Replacement: All damaged, diseased (untreatable), or dead shrubs and ground covers whose damage occurred due to natural conditions/causes, will be replaced. All shrubs shall be guaranteed to live and remain in healthy condition for no less than ninety (90) days and trees for a period of one (1) year from the date of acceptance of the job by the Special Districts Administrator or qualified representative. All plant replacement labor will be included under this contract and material will be than 15%. The contractor will maintain and f.Fertilization: Application of an LMD approved fertilizer a minimum of two (2) times per year to provide a healthy color in all plants with foliar feedings. The fertilizer shall be applied once during the months of March or April and once during the months of September or October. Contractor will cultivate around plants as needed. Fertilizer shall be appropriate for plant type and season (time of year) and approved by LMD staff prior to installation. The Contractor shall provide a fertilization schedule two (2) weeks prior to the proposed fertilization. g.Irrigation: Irrigation, including hand watering and manual bleeding of valves, is required in the event of an emergency situation and/or where automatic systems are not functioning as required. Irrigation practices described in Section 21 shall apply to trees, shrubs, turf, and ground cover. h.Diversion requirements: In keeping with State mandated requirements, the LMD strives to exceed diversion obligations to keep green waste from the landfills. The Contractor shall mulch and use on site 95% of the green waste generated by above referenced zones. Contractor requirements for this program shall include a Vermeer 1500 chipper or equivalent for use on site at a minimum of twice per week. i.Recycling: Recycling of plant debris by composting and/or maintaining a minimum 2- inch layer of mulch under all trees and around all shrubs/groundcover. A minimum 3- inch layer in all open areas is strongly encouraged. Mulch purchased by the LMD will be disbursed with the above specifications by the contractor who will provide the labor at his expense. j.Ornamental Grass Care: To promote new growth, cut back the foliage to about 4-6 inches in the late winter to early spring before new growth resumes. k.Renovation: Renovate ground covers according to prescribed practices in the industry as needed to maintain a healthy vigorous appearance and growth rate. When ground covers and perennials have grown where they completely fill the space in which they were planted and have started to deteriorate, i.e., less flowering, dying out, smaller plants, they shall be renovated. Renovation shall include removing said plants, amending the soil, dividing plants as necessary and replanting to maintain a healthy, vigorous appearance and growth rate. 18.TREE CARE 18.01Contractor under the terms of this agreement shall perform the following services: a.Tree Maintenance intained free of all dead, diseased and damaged branches back to the point of breaking as per contract. Wound dressings are never used on any tree pruning cuts. 2.All sucker growth is to be removed from trees as it occurs. 3.Maintain a 10-foot clearance for branches overhanging walks, 10-foot for public sidewalks. 4.Report insects and tree diseases to Special Districts Inspector. 5.Stake and support all replacement trees and replace stakes which have been broken or damaged on existing trees. 6.Tree stakes shall be pentachloraphena treated pole pine, not less than 8 feet in length for 5-gallon size trees and not less than 10 feet for 15-gallon trees sizes (two per tree), no galvanized stakes. 7.Commercially available tree rubber ties are to be used unless there is a need for placed closer than 12 inches from the top tie on the tree trunk. 8.Stakes and ties will be placed so no chafing of bark occurs and shall be checked frequently and retied to prevent girdling. 9.Broken branches are to be removed immediately whether they are in the tree or on the ground. b.Fertilization: Apply fertilizer within drip line at least once per year (during the months of March or April) to provide a healthy color in all plants. Fertilizer should, at the direction of LMD, be a balanced organic 10-6-4 ratio with trace element. Contractor shall provide Special Districts with two (2) weeks notification prior to the fertilizer application. c.Permits: If a permit is required for tree pruning, Contractor will obtain a permit prior to commencement of work by Contractor. d.Tree Replacement: All trees permanently damaged as a result of action or inaction by the contractor will be replaced as provided for under Section 5 with the identical species of tree existing previously, unless otherwise notified in writing by Special Districts. The need for and the size of replacement will be determined by Special Districts at the monthly maintenance inspection meeting or upon written notification. Size of the replacement shall be of a like size. Substitutions will require prior written approval by Special Districts. Original plans and specifications should be consulted to insure correct identification of species. Upon notification, this contract is to include all newly planted trees by others and is the responsibility of the Contractor to maintain and guarantee the healthy establishment for a period of 90 days. All damaged, diseased (untreatable), or dead tree whose damage occurred due to natural conditions/causes, or other cause will be replaced. All trees shall be guaranteed to live and remain in healthy condition for no less than a period of one (1) year from the date of acceptance of the job by the Special Districts Administrator or qualified representative. All tree replacement labor will be included under this contract and will maintain and submit copies of invoices request. e.Olive Tree Spraying: Ornamental olive trees shall be sprayed to prevent fruit set by ed product. Two (2) applications shall be required 7-10 days apart. The first application shall be applied when ½ to ¾ of the olive blooms are open (sometime between April 1 and May 10). Both spray applications shall be put on using a power sprayer with a minimum of 150 psi. pressure. of the chemical applications to trees. If the landscape contractor provides this service f.Fireblight Treatment: Preventative Fireblight treatment for Pyrus Kawakamii to consist of spray application between October 1 and mid-November. Post treatment to consist of pruning out dead wood, sterilizing pruning tools after each cut. Preventative Fireblight treatment for Platanus to consist of two applications and possibly a third application, depending on the effectiveness of the previous application. The first application shall occur in February, during the budding stage. The second treatment shall occur in March, during the juvenile growth stage of the leaf. The third application shall occur in April if there is evidence of blight after mature growth of leaf. Materials used shall be of an approved type by the County Agriculture Department. If the landscape contractor provides this service g.Oak Tree Pruning Permit: All cuts over 2 inches in diameter on Oak Trees will be done by the Landscape Maintenance Tree Maintenance contractor. All other cuts on Oak Trees shall be made to ISA standards with an Oak Tree Pruning Permit per City Municipal Code by the landscape contractor or their subcontractor. Special Districts will procure Oak Tree Permits once work is approved. h.Tree Pruning/Trimming: All tree trimming/pruning will be done in accordance with the standards established by the International Society of Arboriculture (ISA) and ANSI 300 Best Management pruning practices. 19.USE OF INTEGRATED PEST MANAGEMENT (I.P.M.) 19.01Special Districts will provide the materials (Biological insects) necessary for integrated pest management (IPM) and contractor at his under the terms of this agreement will provide the labor. a.Integrated Pest Management (IPM): Integrated pest management (IPM) is a pest management strategy that focuses on long-term prevention or suppression of pest problems with minimum impact on human health, the environment, and non-target organisms. Preferred pest management techniques include encouraging naturally occurring biological control; using alternate plant species or varieties that resist pests; selecting pesticides with a lower toxicity to humans or non-target organisms; adopting cultivating, pruning, fertilizing, or irrigation practices that reduce pest problems; and changing the habitat to make it incompatible with pest development. Pesticides are used as a last resort when careful monitoring indicates that they are needed according to pre-established guidelines. When treatments are necessary, the least toxic and most target-specific pesticides are chosen. Implementing an integrated pest management program requires a thorough understanding of pests, their life histories, environmental requirements, and natural enemies, as well as establishment of a regular, systematic program for surveying pests, their damage, and other evidence of their presence. IPM has been mandated on Federal property since 1996 by Section 136r_1 of Title 7, United States Code, and is cited in Title 41 of the Code of Federal Regulations (102-74.35) as a required service for agencies subject to the authority of the General Services Administration. The Contractor will develop an IPM program for work covered by this statement of work. b.Chemical Application: All work involving the use of chemicals will be accomplished by a State of California Certified or Licensed pest control operator. A written recommendation by a person possessing a valid California Pest Control Advisor License is required prior to chemical application. c.Permits: All chemicals requiring a special permit for use must be registered by the with a copy to Special Districts, prior to use. A copy of all forms submitted to the County Agricultural Commissioner shall be given to Special Districts on a timely basis. d.Compliance with Regulations: All regulations and safety precautions listed in the will be adhered to. e.Pest Control: Control of ground squirrels, gophers, and other burrowing rodents by trapping and/or eradication will be provided by Special Districts. Contractor is not responsible for this service. Whenever holes are visible upon the surface, these holes shall be filled and securely tamped to avoid moisture runoff entering the holes by the County Agricultural Department who will provide pest control for Special Districts. This procedure shall be followed in all areas, especially within all slope areas. Contractor is responsible for notifying Special Districts upon detecting a need for rodent control. 20.GENERAL CLEAN-UP 20.01Contractor shall at his sole expense under the terms of this agreement perform the following services: a.Trash Removal: The contractor shall provide a trash pickup schedule for approval by Special Districts. The contractor shall pick up trash and accumulated debris from the site on a regularly scheduled rotation approved by LMD staff in advance. b.Concrete/Asphalt Median Strip Maintenance: Contractor is responsible for weed, grass, trash, and debris removal within the crack(s) and surface on the asphalt, and stamped concrete median strip areas at all times. c.Curb and Gutter Maintenance: Contractor is responsible for removal of weeds and grass from curb and gutter expansion joints at all times. d.Walkway and Crack Maintenance: Walkways, if any, will be cleaned immediately following mowing and edging and cleaned by use of power sweeping or blower equipment at a minimum of once per week or as needed. This includes removal of all foreign objects from surfaces such as: 1.Gum, 2.Animal feces, 3.Grease, 4.Paint, 5.Graffiti, 6.Glass and debris 7.All walkway cracks and expansion joints shall be maintained weed and grass free at all times. e.Drain Maintenance: All drains and catch basins shall be free of silt and other debris at all times. The Contractor shall insure all drainage devices within LMD are functioning properly at all times. f.Removal of Leaves: Accumulations of leaves that cannot be incorporated into mulch layers shall be removed and properly disposed of not less than once per week. This includes the accumulation of leaves/debris at the base and lower branch structures of shrubs. g.Diversion: The Contractor will be responsible for creating and implementing a written program to divert a minimum of 85% all green waste from landfills. The program should include, but not be limited to, mulching and composting. The contractor shall report the total tons of green waste generated and the number of tons diverted from the landfill annually to the Ci 85% diversion. h.Freeway On-ramps/Off-ramps: The contractor shall provide trash pickup a minimum of two (2) times per month. The contractor shall provide a trash pickup schedule for approval by Special Districts. The contractor shall pick up trash and accumulated debris from site per contract. i.Property Damage caused by others: The contractor shall provide staff to clean up and repair as needed. Contractor staff to clean up and repair property damaged that may be caused by auto accidents or natural causes. All irrigation and landscape supplies to required to complete such tasks will be included under the terms of this contract. j.Drainage Systems: The following services shall be provided by Contractor at their expense per Contract Agreement except as otherwise provided for: times so that water will have an unimpeded passage to its outlet. Contractor Pollutant Discharge Elimination System (N.P.D.E.S.) permit. All debris will be collected and disposed of properly. 2.All LMD area sub-surface drains (except storm drains), if any, shall be periodically flushed with water to avoid build-up of silt and debris. All inlets to sub-surface drains shall be kept clear of leaves, paper, and other debris to ensure unimpeded passage of water. Every attempt will be made to prevent sand bags, straw bales or other Best Management Practices (B.M.Ps) 3.Disposal of green waste or other debris into catch basins, drains or Storm Drains is prohibited. Such action could result in termination of maintenance contract. 21.WATER MANAGEMENT AND IRRIGATION SYSTEM MAINTENANCE OR REPAIR 21.01All irrigation systems within the LMD areas designated in these specifications will be repaired and maintained with all-inclusive labor and equipment required for proper operation by the Contractor. For all irrigation repairs, minor and major, including main lines, all irrigation parts to provide invoices upon request of Special District Staff. Failure to provide copies of invoices may result in delay of payments to Contractor. The contractor shall adhere to the Irrigation http://www.irrigation.org/uploadedFiles/Standards/BMPDesign-Install-Manage.3-18-14(2).pdf 21.02The contractors Irrigation Technicians will be responsible to complete the following WeatherTrak trainings through HydroPoint University. Proof of completion to be provided no later than thirty (30) days after start of contract. a.Certification Training b.Irrigation Manager; Levels 1-4 21.03Scope of Responsibility: The contractor shall maintain (repair and/or replace as needed) and keep operable all irrigation equipment consisting of: 1.Irrigation Programming 2.Irrigation Station Identification/Location 3.Irrigation Heads 4.Remote Control Valves, including master valves 5.Flow Sensors 6.Flow Sensor Programming 7.PVC Piping (Including mainline and laterals) 8.Quick Couplers 9.Risers 10.Swing Joints 11.Check Valves 12.Irrigation Booster Pumps 13.Solar Controllers/Valves 14.Battery Operated Controllers/Valves 15.Valve Boxes, Quick Coupler Boxes, Etc. 16.Irrigation Controller Programming and Setup a.Replacement Requirements: Replacements will be of original materials or substitutes approved by Special Districts in writing prior to any installation. b.Extent of Responsibility: Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. c.Ordinances: All materials and workmanship will be in accordance with the applicable City Plumbing Ordinances. Where the provisions of the specifications exceed such requirements, the specifications shall govern. d.Controllers: The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather-based controllers or equivalent, computer, or hand-held device. The LMD will provide a password for access. e.Inspections: LMD staff or representative can spot check controller schedules on each inspection of a zone to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each controller at a minimum of once per month. 21.04Controllers: 1.All controllers shall be adjusted as needed for optimum performance considering the water requirements of each remote-control valve (irrigation do not apply to this requirement and should be scheduled accordingly. Contractor is responsible for adjusting the controller parameters/attributes in order to irrigate efficiently and each valve shall be customized for the needs of the plant material. Excessive watering or excessive runoff shall not be permitted. 2.The contractor will be responsible for the control of Smart Water Application Technologies (SWAT) certified weather-based controllers or equivalent, controller programming through the Contractors office via a desk top or any wireless computer, or hand-held device. The LMD will provide a username/password for access. 3.Contractor will provide their own irrigation remote (receiver and transmitter) for control of the Rain Master, LEIT (solar), WeatherTrak or other industry standard controllers not listed. The City requires the Promax universal irrigation remote all irrigation systems for the LMD areas. Use of this device will conserve water consumption, provide for more cost-effective maintenance of irrigation systems, and assure all parties concerned that the automatic system is operating at spectors may use this device in their inspections to verify that irrigation systems are functioning properly. The bleeding of valves and hand watering are to be used in emergency or testing situations, not for normal or day-to-day inspections. 4.Consideration must be given to the soil conditions, seasonal temperatures, wind conditions, slope, humidity, and the relationship of conditions which affect irrigation. This may include daytime watering during winter weather to prevent icy conditions and manual operation of the irrigation system during periods of windy or inclement weather. During freezing and/or windy conditions, automatic irrigation shall be paused until normal conditions exist. No watering medians in windy conditions, to avoid drift and wetting vehicles. 5.Contractor shall be responsible for data input with regards to irrigation station reference in the programming function of the central server or at the controller. Example: Station 1 - SE Corner of parking lot, Turf NW of restroom, Shrubs on large slope, etc. 6.In areas where wind creates problems of spraying water into private property or be set to operate during the period of lowest wind velocity which would normally occur at night (between the hours of 9:00 p.m. and 7:00 a.m.). 7.Contractor shall be responsible for monitoring all irrigation systems within the jurisdiction of this Specification and correct for coverage, adjustment, clogging of lines, and removal of obstacles, including plant materials which obstruct the spray. Monitoring shall be scheduled for all systems at minimum 1x monthly. 8.Check systems, as needed, for optimum performance and adjust and/or repair any sprinkler heads causing excessive runoff, including slope areas, or which throw directly onto roadway paving or walks (where sprinkler heads can be adjusted). 9.Contractor is to maintain the watering equal the evapotranspiration rate based on topography, soil type, plant material, season or climatic factors. Contractor shall notify the City of any schedule changes. excessive run-off. 11.Scheduled operation other than 9:00 p.m. to 7:00 a.m. must be approved by the City. 12.When available, copies of controller maps shall be kept in enclosures at all times. 13.Contractor is responsible for maintenance of the interiors of controller enclosures and shall be kept clean free of debris and pests, regardless of condition(s) at time of contract award. 14.Contractor shall be responsible to notify the City of any additional water program application. 15.It is the responsibility of the Contractor to keep the plant material alive. If this requires an extra application of irrigation water, the Contractor is to make the necessary adjustments and immediately notify the City upon doing so. 16.Only City staff, City Monitors, the Contractor Supervisor/ Foreman or Irrigation Technician will have access to all controllers. Enclosures will be locked/padlocked at all times. 17.The Contractor shall test the soil in turf and groundcover areas and around all trees and shrubs monthly or as necessary with soil probes to determine that the proper amount of water is being applied at all times. This information should be used to adjust watering times on the controller and supplemental hand or deep watering as necessary. 18.The Contractor shall adjust the water programs to compensate for irrigation heads on each system, soil type and permeability, wind condition, orientation to the sun, air temperature, season, and logistical considerations 19.Once the irrigation system has been adjusted to only irrigate the planting areas it was designed to irrigate, the contractor shall then monitor the irrigation watering application time to determine the length of time each system runs until irrigation runs off the landscape area. This information will then be used to 20.The maximum run time should then be set a minimum of one minute less than the time it takes for run off to occur. This will establish the maximum run time for each valve, with full sun exposure. Adjust valves with partial shade or full shade to have less run time than the systems in full sun. 21.It is required that soil conditions be constantly monitored with a soil probe to ensure that over-saturation of the soil does not occur. 22.In addition to the soils condition, the individual plant material requirements must be considered. As the plant material becomes established, a reduction in the frequency of watering should be implemented to harden-off the plant material while maintaining it in a healthy condition. 21.05Operation of System: 1.As a standard practice, the Contractor shall formally acknowledge receipt of the irrigation System within the first 60 days of the notice to proceed. It is the Contractors responsibility to conduct a full-scale irrigation audit/assessment to determine deficiencies in the system and make recommendations for repair(s). 2.Contractor will be responsible for immediate maintenance (repair or replacement) of all irrigation systems. Contractor will be responsible at all times for hand watering and the bleeding of valves in emergency situations as required to sustain and prevent loss of turf, trees, annuals, perennial plants, and ground covers when automatic systems are not functioning. 3.Irrigation system will be controlled by Contractor in such a way as not to cause an excessively wet area which could inte mow/maintain landscaped areas. 4.All irrigation systems shall be personally inspected by Contractor a minimum of once per month to verify effectiveness of sprinkler operation. The appropriate Irrigation Inspection Form must be filled out per controller and submitted to the 5.Contractor shall adjust and clean as necessary all sprinkler heads, valves and pressure regulators to continue operation at maximum efficiency and performance. 6.All materials and workmanship will be in accordance with the City Plumbing Ordinances if/when applicable. 7.Sprinkler heads in turf, groundcover and shrub areas shall be kept clear of overgrowth, which may obstruct maximum operation. No chemical spraying or growth inhibitors around head shall be allowed. 8.Contractor shall be responsible for trimming plant material and making necessary adjustments to riser heights as growth rates indicate. 9.Contractor shall be responsible for hand-watering any pots not provided with an irrigation system to maintain plants and promote optimum growth. 10.Adjustments in operating pressure for spray and rotor type heads shall be unless instructed otherwise by the City. 11.Contractor shall be required to walk each site upon request by the City representative a minimum of one time per quarter to inspect the operation of the irrigation system. 12.Plant damage or loss resulting from the failure to promptly report irrigation system failure shall be considered Contractor negligence and such plant material shall be repaired or replaced at Contractor expense. 13.All hand watering performed with a hose shall require the hose to have a flow control nozzle or other device that will allow the operator to turn the hose off between watering areas to minimize any wasted water. 14.The Contractor shall be responsible for monitoring all project irrigation systems and should correct coverage, head adjustments, clogged lines, loose staking of heads and pipes, and obstacles which obstruct the spray. Make all necessary adjustments to heads that spray onto roadways, walks, walls, and patio areas or out of intended area of coverage. The Contractor shall clean and adjust sprinkler heads as needed for proper coverage. Each system should be operated via remote control and observed on a regular basis. 15.During extremely hot weather, long holiday periods, and during or following breakdown of systems, the contractor should provide adequate personnel and materials as required to adequately water all landscaped areas at no extra cost to the City. When breakdowns or malfunctions exist, the contractor should water manually by whatever means necessary to maintain all plant materials in a healthy condition. Overly wet or dry conditions should not be permitted to develop. 16.Once a year, the contractor shall clean all controller cabinets and valve boxes, remove intruding soil and replace gravel as needed. 17.Testing, certification and service of the backflow prevention devices on the irrigation systems shall be done by a certified tester as provided by the City. 18.Contractor shall not repair, manipulate or remove backflow devices unless prior authorization has been received by a City representative. However, Contractor is permitted to make use of shutoff valves located on or near backflow devices in the event of a mainline break and/or maintenance. 19.Contractor shall notify the LMD office immediately should a backflow prevention device malfunction occur. 20.LMD staff or representative can spot check controller schedules on each inspection of a zone to assure compliance with irrigation program standards. Contractor shall conduct a complete irrigation system inspection for each controller at a minimum of once per month. 21.06Repairs: 1.All pop-up heads should be assembled on triple swing joints. 2.When irrigation heads, risers, nozzles, etc. break, they will be replaced with like for like irrigation heads. Uniformity is of the utmost importance. 3.All remote-control valves shall be Superior 950DW brass valves unless other(s) are accepted by LMD staff. 4.Contractor shall repair all leaking or defective valves immediately upon occurrence, or within 24 hours following notification from LMD of such a deficiency. 5.Malfunctions of any nature which are deemed to be the fault of materials or workmanship still covered under original installation guarantee shall be reported immediately to the City. 6.Contractor shall submit itemized irrigation invoices for repairs, per LMD Zone on an as needed basis. 7.Repair logs shall be maintained and shall include date of repair, nature of repair, and itemized list of materials for clarity. Site map/photo documentation to illustrate location of repair, photo of site condition, and work completed shall be included with repair log(s). 21.07 Conservation: The City may conduct monthly water management meetings with the contractor to review all controllers with irregular usage and situations where water consumption is excessively high. All plant stress or loss due to under-watering or over-watering will demonstrate contractor neglect and cost to replace said material 21.08 The City may conduct monthly Water Management Meetings with the contractor to review any allocations, when applicable. The Contractor will be responsible for paying all water penalties incurred on each water meter for all overages exceeding allocation established by the respective water purveyor. The City may waive specific penalties at its sole discretion. The City takes Water Conservation very seriously and will not tolerate mismanaged or neglected water delivery systems. shall be submitted within 48 hours upon request from City staff and / or Landscape Monitor. At a minimum, the report shall identify each irrigation controller subject to this Agreement, the on time will be considered an incomplete work item and may be subject to a deduction from payment in the amount up to five hundred ($500.00) dollars. 21.10 Water Budgets: In order to ensure efficient and responsible water management with regards to stricts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). http://www.water.ca.gov/wateruseefficiency/landscapeordinance/ When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Santa Clarita Valley Water Agency (SCVWA), CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water 21.11 Water Budgets - In order to ensure efficient and responsible water management with regards to stricts office requires the following: When water budgets have been established for each individual service area within a Landscape Maintenance District Zone (specifically water meter and/or point of connection), CONTRACTOR shall not exceed the Maximum Applied Water Allowance (MAWA) as established by State Assembly Bill 1881, Model Water Efficient Landscape Ordinance (MWELO). Formula: MAWA = (ETo) (0.62) \[(0.7 x LA) + (0.3 x SLA) MAWA = Maximum Applied Water Allowance (gallons per year) ETo = Reference Evapotranspiration (inches per year) 0.62 = Conversion Factor (to gallons) 0.7 = ET Adjustment Factor (ETAF) LA = Landscape area including SLA (square feet) 0.3 = Additional water allowance for SLA SLA = Special landscape area (square feet) When water budgets and/or tiered rate structures are enforced by individual water purveyors such as; Santa Clarita Valley Water Agency (SCVWA), CONTRACTOR shall not exceed the monthly allocation(s) as set forth by the service provider for each individual service area within a Landscape Maintenance District Zone, specifically water meter and/or point of connection. Failure to comply with these requirements will result in a probationary period of up to 60 days to allow for corrective actions. Failure to comply with water budgets within this time frame may lead to monetary penalties up to the costs of the excessive use which exceeds the water 22.MAINTENANCE INSPECTIONS 22.01Contractor shall: Weekly perform a maintenance inspection of all facilities within the LMD during daylight hours. Such inspection shall be both visual and operational. The operational inspection shall include operation of all sprinklers, lighting and other mechanical systems to check for proper operational condition and reliability. Contractor is required to input non- contractual service request information http://user.govoutreach.com/santaclarita/faq.php 22.02 Monthly; meet on site with an authorized representative of Special Districts for a walk-through inspection. Said meeting shall be at the convenience of Special Districts and may include residents of the community. Special Districts may notify the appropriate local representatives of the time and place of each walk-through inspection at least one (1) week prior to such inspection. In addition, bi-weekly interim inspections may be made by Special Districts. Any corrective work required as a result of a monthly inspection or be accomplished to the satisfaction of Special Districts within 3 working days or agreed upon completion date of the notification of deficiencies, except in the case of a leaking valve, which must be repaired within 24 hours following notification. 23.MAINTENANCE AND REPAIR OF HARDSCAPE, SERVICE ROADS, AND DRAINAGE SYSTEMS 23.01 Hardscape surfaces (medians), walkways, and service roads, if any, shall be maintained by Contractor so as to keep the integrity of the walking and/or driving surface in a safe, unimpaired condition. The contractor may not use subcontractors not included with the proposal submission without written approval of Special Districts Staff. Any unsafe condition of a walkway or service road shall be reported immediately to the LMD Monitor or directly to City Staff. a.Contractor may be responsible for total replacement or repair of hardscaping and/or damage within maintenance operation. b.Contractor shall be responsible for sweeping/blowing all hardscape surfaces within the contract boundaries on a regularly scheduled routine approved by LMD Staff or as requested by Special Districts. All debris must be collected and removed. c.Disposal of debris by blowing into roadways, sidewalks, or other areas is prohibited and may be cause for contract termination or a deduction in payment as described in Section 10.03 a. 24.GRAFFITI ERADICATION AND CONTROL 24.01 Contractor may be responsible to remove small amounts of graffiti (licensed plate size) as it appears upon any of the walkways, Paseo overpasses and underpasses, walls, or any Districts Inspector will be informed of all graffiti immediately upon discovery. Contractor is required to input graffiti information http://www.santa-clarita.com/city-hall/departments/administrative-services/technology- services/egraffiti 24.02 The contractor may be required to remove small amounts of debris which would fit into a small pick -up truck and will dispose of at no cost to the city. Removal of larger items would be 24.03 All materials and processes used in graffiti eradication shall be non-injurious to surfaces and adjacent District property and approved by CAL-OSHA. Materials and processes used must be approved by LMD prior to use. 25.NATURAL AREAS MAINTENANCE 25.01 Natural areas are open space areas that have minimal usage due to the sloping character of the land and the rugged landscape materials that are native to the land. Contractor will provide periodic maintenance, according to routine scheduling, consisting of debris removal as directed by Special Districts. 26.IRRIGATED / NON-IRRIGATED STREET TREE WELLS 26.01 Contractor is responsible to keep tree wells within LMD areas weed-free and maintain tree well irrigation system in accordance with Section 21 of these Specifications. Maintenance of trees in street tree wells shall be in accordance with Section 18 of these Specifications. 26.02 Contractor is responsible to keep all non-irrigated tree wells and parkways identified in this contract weed-free and maintained in accordance with section 18 of these Specifications. (Refer to Attachment A: Inventory List and Attachment B: Area Map for locations) 27.NON-LANDSCAPED MEDIANS & UNDEVELOPED MEDIANS 27.01 Contractor will provide monthly maintenance, according to routine maintenance scheduling, consisting of debris removal, weed abatement and mulch application. 28. INCLEMENT WEATHER AND ADVERSE CONDITIONS 28.01 Contractor shall not perform maintenance operations during unsafe working conditions which may risk individuals or result in damage to property/landscape. 28.02 On days of light precipitation and/or forecasted rain the contractor shall continue to be present with a full crew as scheduled performing normal maintenance tasks. 28.03 During periods of extremely adverse and inclement weather, the Contractor shall be present with minimum of two staff members performing inspections of the maintained areas, as well as monitoring the overall state of the medians and reporting any concerns in regards to safety or property damage during regular assigned hours. 28.04 Contractor shall report any storm damage or issues related to inclement weather/adverse conditions to Special District within 24 hours of occurrence. All storm damages must be photo documented prior to any removal or clean up. 28.05 Please include an explanation (refer to Response Format and Selection Criteria) that details your company's approach to billing during inclement weather conditions. The City expects contractors to apply reductions to monthly bills for any days when they cannot meet the minimum required manpower due to inclement weather. This 'incleme 29.FUTURE AND REDUCTIONS OF MEDIANS 29.01 For the maintenance of future medians that have been accepted by the City, contractor to provide a maintenance proposal for those areas to Special Districts with unit pricing based on Exhibit B1 and B2: Additional Pricing included in this RFP. 29.02 The Exhibit B1 and B2: Additional Pricing may also be utilized for adjustments and/or reductions to the monthly maintenance contract amount. This includes adjustments for any areas that are under construction by others or sections of median removed for the purpose of safety and traffic improvements. RESPONSE FORMAT AND SELECTION CRITERIA PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California 1.RESPONSE FORMAT - The organization of the response and cost files is described in this section of the RFP. All potential vendors must follow this format. 1.1.RESPONSE FILE: description of the proposal shall be provided. The format of the introduction is at the discretion of the contractor. background and philosophy and what qualifies this company to be a successful specifications will be performed. Relate the business practices to the specific tasks required and explain the proposed method for adhering to the landscape maintenance responsiveness, familiarity with common concerns of the LMD areas, problem resolution, and any other areas that explain how the work will be performed and managed. Provide staff descriptions and quantity on daily, weekly, monthly, and seasonal timelines. Proposed work periods and completion dates, as well as any anticipated meeting dates, should also be identified. 1.1.5.Personnel, Equipment, and Facilities equipment to be provided, and numbers of both dedicated to the areas for this contract. Explain/show the reasoning for the type, number and composition of staff and equipment for this contract and how the cost of such provides adequate or superior value to the contract. proposal response and can be referred to throughout the RFP. However, expansion on all aspects listed above is strongly encouraged. See Document Checklist for more details. 1.2.COST FILE: authorized to bind the consultant, shall contain a statement to the effect that the proposal is a firm offer for a 120-day period, and shall contain a statement that the deliverables and meeting attendance as laid out in the scope of work. staff that is not working on days of Inclement Weather. 1.2.3.All proposals must be submitted according to specifications set forth in this section. Failure to adhere to these specifications may be cause for rejection of proposal. 1.2.4.Cost File must be submitted separately from the Response File. 2.PROPOSAL EVALUATION AND CONTRACTOR SELECTION representatives from the requesting department will evaluate all proposals to determine responsiveness to the RFP. The panel will recommend the selection of the responsible proposer whose proposal is most advantageous to the City. Accordingly, the City may not necessarily make an award to the proposer with the highest technical ranking nor award to the Proposer with the lowest Cost Proposal if doing so would not be in the overall best interest of the City. The overall criteria is listed below. As proposals are considered by the City to be more equal in their technical merit, the evaluated cost or price becomes more important so that when technical proposals are evaluated as essentially equal, cost or price may be the deciding factor. 2.1.SELECTION CRITERIA: 2.1.1.Team Composition: Contractor qualifications, staff qualifications, and number of staff provided. 2.1.2.Emergency and Non-Emergency Response Times: Use and mobilization of resources. Proposed timeline to service all areas. 2.1.3.Acknowledgement & Successful Understanding of Scope of Work: Proposed method and guidelines for adhering to the landscape maintenance requirements to include but not limited to: Description and clarity of approach in the areas of pro-activeness, responsiveness, familiarity with common concerns of the LMD areas and problem resolution. 2.1.4.Cost of services provided (Cost File must include Inclement Weather Plan) 2.1.5.References 2.1.6.Value: Cost in relation to manpower. What makes the contractor the best candidate to provide the services requested. During the selection process, the evaluation panel may wish to interview proposers with scores above a natural break. Should an interview process take place the results of the interview will carry great weight in the selection process. The City reserves the right to make a selection solely on the basis of the proposals without further contact. SECTION C Sample Agreement SAMPLE ONLY CON-6 Council Approval Date:________ Agenda Item: ________ Contract Amount:________ MAINTENANCE AGREEMENT BETWEEN THE CITY OFSANTA CLARITA AND FOR is made by and between the CITY OF SANTA CLARITA, a general law city and m The Parties agree as follows: CONSIDERATION. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; and As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; and A.As additional consideration, CITY agrees to pay CONTRACTOR an amount as set y such amount promptly, but not later thanthirty (30) days after 2.TERM. The term of this Agreement will be from , to . The Agreement may be renewed upon mutual consent of the parties. SCOPE OF SERVICES. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. C.CONTRACTOR guarantees each portion of the services as installed against defective materials and workmanship for a period of one (1) year from date of that one (1) year period, CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of equipment used limit of their terms. PREVAILING WAGES. prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure to so comply shall constitute a default under this Contract. Further, all public works projects valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade does not require the use of apprentices, as indicated in the corresponding prevailing wage determination. This duty applies to all contractors on a public works project, even if their part of the project is less than $30,000. CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the project provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality.The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. The prevailing wage rates are available online at http://www.dir.ca.gov/dlsr. CONTRACTOR shall also cause a copy of this determination of the prevailing rateof per diem wages to be posted at each Site. CONTRACTOR shall insert in every subcontract or other arrangement which CONTRACTOR may make for performance of Work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by him or her in connection with the Project. The record shall be kept open at all reasonable hours to the inspection Owner and to the Division of Labor Standards Enforcement. CONTRACTOR and its Subcontractors must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Contract Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. With each application for payment, CONTRACTOR shall also deliver certifiedpayrolls directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts arising out of the failure or alleged failure of any person or entity to pay prevailing wages as required by law or to comply with the other applicable provisions of Labor Code Sections 1720 et seq. and implementing regulations of the Department of Industrial Relations in connection with execution of the improvements or any other work undertaken or in connection with the Public Works project. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. FAMILIARITY WITH WORK. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has: Thoroughly investigated and considered the scope of services to be performed; and Carefully considered how the services should be performed; and Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform written instructions are received from CITY. CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal and state workplace and employment laws including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. 3.INSURANCE. A.Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of InsuranceLimits (combined single) Commercial general liability:$1,000,000/$2,000,000 (aggregate) Business automobile liability$1,000,000 Workers compensationStatutory requirement B.Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit of $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and insurance coverage and to state that upon thirty (30) days prior written notice to City. C.Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D.CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, E.Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONTRACTOR for CITY. F.COVID-19. CONTRACTOR shall ensure its insurance coverages cover claims and/or losses related to the COVID-19 pandemic to the extent such insurance coverage is available. If such insurance is unavailable, but becomes available during the life of the contract, CONTRACTOR shall procure a policy and name the City as additionally insured. G.Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. e required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the llation. CONTRACTOR must ensure that there is no lapse in coverage. I.Additional insured status.General liability, automobile liability, and umbrella/excess liability insurance policies shall provide or be endorsed to provide that CITYand its officers, officials, employees, agents, and volunteers shall be additional insureds under such policies. J.Primary/noncontributing.Coverage provided byCONTRACTORshall be primary and any insurance or self-insurance procured or maintained by CITYshall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the rance or self-insurance shall be called upon to protect it as a named insured. 4.TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: CONTRACTOR furnishes proof of insurance as required under Section 7 of this Agreement; and CITY gives CONTRACTOR a written Notice to Proceed. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional servi TERMINATION. CITY may terminate this Agreement at any time with or without cause. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. By executing this document, CONTRACTOR waives any and all claims for damages that termination under this Section. 5.INDEMNIFICATION. CONTRACTORshall indemnify, defend, and hold harmless the CITY, and its officers, and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable agreement or out of the operations conducted by Contractor, including the passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the CITY. In the event the CITYindemnitees are made a party to any action, lawsuit, Contractor shall provide a defense to the CITY i CITYindemnitees their costs of defense, including defense of such claims. INDEPENDENT CONTRACTOR.CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is notentitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. NOTICES. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY:City of Santa Clarita ATTN: Kenneth W. Striplin, City Manager 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 To CONTRACTOR: When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made inthe names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number. WAIVER. A waiver by CITYof any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character, nor will it be deemed to constitute a continuing waiver. CONSTRUCTION.The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. SEVERABLE.If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. CAPTIONS.The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. AUTHORITY/MODIFICATION.This Agreement may be subject to and conditioned upon approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. ACCEPTANCE OF FACSIMILE SIGNATURES.The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed,the provisions of this Agreement will govern and control. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes be the Agreement will immediately terminate without obligation of either party to the other. ENTIRE AGREEMENT.This Agreementand its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting maintenance. To the extent that there are Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. CONFLICT OF INTEREST.CONTRACTOR will comply with all conflict of interest laws and regulationsincluding, without limitation, CI COVID-19. Prior to execution of the Agreement, the State of California declared a state of emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the ous orders relating to COVID-19, including without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently extended and amended, including af event shall CONTRACTOR be entitled to any additional compensation in connection with any delay or costs associated with the COVID 19 pandemic, the County Order, or any other governmental requirements or regulations in connection therewith, whether currently existing or hereinafter enacted. In the event of any conflict between the terms of this Section and any other provision of the Agreement, in all events, the terms of this Section shall control. epared in connection with this Contract specifically takes into account the COVID-19 Pandemic, the County Order, and all other governmental requirements or regulations regarding COVID-19 as of the date of the Contract, including without limitation all safety measures required. SAFETY OF PERSONS AND PROPERTY. CONTRACTOR shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) IN WITNESS WHEREOF, the parties hereto have executed this contract on this date of . FOR CONTRACTOR: IF CORPORATION: By:By: Print Name & TitlePrint Name & Title Date:Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY By: City Attorney Date: Fringe Benefit Statement Contract/Proposal No:Project Name:Date: INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Classification:Effective Date:Subsistence or Travel Pay: Trust Fund Paid to:(Name) Health and Welfare Address: $ Trust Fund Paid To:(Name) Pension Address: $ Trust Fund Paid to:(Name) Vacation/Holiday Address: $ Trust Fund Paid To:(Name) Training Address: $ Trust Fund Paid To:(Name) Other Address: $ Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications bemade. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE. City of Santa Clarita Form HC-50 FBS (Contractor/Subcontractor)By (Name and Title)eSignature SECTION D Exhibits EXHIBIT A: COST PROPOSAL PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Fill out this form completely and return with your proposal. Item Column A Column B Project Site No. Monthly Maintenance Cost Annual Maintenance Cost 1. LMD Zone 2008-1 Crew 1 $ ___________x 12 months $ 2. LMD Zone 2008-1 Crew 2 $ ___________x 12 months $ 3. LMD Zone 2008-1 Crew 3 $ ___________x 12 months $ 4. LMD Zone 2008-1 Crew 4 $ ___________x 12 months $ 5. LMD Zone 2008-1 Additional Crew $ ___________x 12 months $ LMD Zone 2008-1 Combined $ ___________x 12 months $ Total proposed amount annually, in legibly printed words: ______________________________________________________________________________ EXHIBIT B1: ADDITIONAL PRICING PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost of your proposal response. Hourly labor rates to be used in performing the work required in the specifications for annual landscape maintenance. These rates will not be used in evaluating the proposal, but shall be used when applicable. Extra/Additional work by the CONTRACTOR, shall not exceed the labor rates as listed: Pricing and Billing Schedule Detail Skill Level Hourly Cost After-Hour Emergency Irrigation Laborer $_____ per hour $_____ per hour Irrigation Lead $_____ per hour $_____ per hour Landscape Labor $_____ per hour $_____ per hour Landscape Foreman $_____ per hour $_____ per hour Please initial to verify acknowledgement of labor rates: ______________________________ EXHIBIT B2: ADDITIONAL PRICING CONTINUED PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Fill out this form completely and return with your proposal. Do NOT include this pricing in the cost on the of your proposal response. Please list the unit price for labor, EXCLUDING part/material costs, for the following tasks. These rates may be used in evaluating cost estimates for additional work requested by the City under this contract. EXTENDED PRICE UNIT OF ITEM DESCRIPTION QTY UNIT PRICE (UNIT PRICE X NO. MEASURE QTY) Price for landscaped median SF 500 $ $ 1. maintenance with turf. Price for landscaped median 2. maintenance for trees, shrubs and SF 500 $ $ ground cover. 3. Price for concrete median maintenance. SF 500 $ $ Price for landscaped, irrigated slope 4. SF 500 $ $ maintenance. EXHIBIT C: VIOLATION RECORDS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California 1)The last six (6) months of tailgate safety meeting sign-in sheets and topics covered must be made available UPON REQUEST. (Do not send with proposal submission at this time.) 2)In the year of 2023, what was the longest stretch of days worked without an accident in the landscape maintenance division? _________________________________________________________________________________ 3)Please provide any sustained complaints made to your company within the past four (4) years to Cal-OSHA. _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ 4)Please provide any sustained complaints made to your company within the past four (4) years to the California State Contractor Board in regards to your Class C-27 California Landscaping Contractor License. _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ _________________________________________________________________________________________ EXHIBIT D: PROACTIVE APPROACH FORM PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Please explain what policies or procedures you and your company will provide to ensure your team will proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company the best for this service area and how does your company stand out from others? _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ *Attach additional pages as necessary. EXHIBIT E: DESIGNATION OF SUBCONTRCATORS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of ½ of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business License No. Exp. Date: / / Phone ( ) DIR Registration No. Dollar Value of Work Subcontractor Location and Place of Business Description of Work License No. Exp. Date: / / Phone ( ) DIR Registration No. Dollar Value of Work Subcontractor Location and Place of Business License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. EXHIBIT F: REFERENCES PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which the proposed company has performed work of a similar scope and size within the past five (5) years. The references shall demonstrate that the company (propose the landscape maintenance field, experience maintaining site areas of twenty (20) acres or larger, and the ability to complete work of the type and scope being proposed under the terms of this contract. If necessary, more than three (3) references can be submitted to demonstrate these qualifications. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Fill out this form completely and upload it with your proposal. 1._________________________________________________________________________________ Name and Address of Owner / Agency _________________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project _________________________________________________________________________________ Contract Amount Type of Work Date Started Date Completed 2._________________________________________________________________________________ Name and Address of Owner / Agency _________________________________________________________________________________ N ame and Telephone Number of Person Familiar with Project _________________________________________________________________________________ Contract Amount Type of Work Date Started Date Completed 3._________________________________________________________________________________ Name and Address of Owner / Agency _________________________________________________________________________________ N ame and Telephone Number of Person Familiar with Project _________________________________________________________________________________ Contract Amount Type of Work Date Started Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom PROPOSER intends to procure insurance bonds: _____________________________________________________________________________________ _____________________________________________________________________________________ EXHIBIT G1: STAFF PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Provide information on any and all applicable crewmembers. This includes the supervisor, crew foreman, certified arborist (if applicable), Recycled Water Users Site Supervisor, chemical applicator, irrigation specialist, etc. 1.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 2.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 3.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 4.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 5.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 6.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 7.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 8.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 9.Name______________________________________ Job Title________________________________ License/Certificates__________________________________________________________________ 10.Name______________________________________ Job Title_______________________________ License/Certificates_________________________________________________________________ 11.Name______________________________________ Job Title_______________________________ License/Certificates__________________________________________________________________ 12.Name______________________________________ Job Title_______________________________ License/Certificates__________________________________________________________________ 13.Name______________________________________ Job Title_______________________________ License/Certificates__________________________________________________________________ 14.Name______________________________________ Job Title_______________________________ License/Certificates__________________________________________________________________ 15.Name______________________________________ Job Title_______________________________ License/Certificates__________________________________________________________________ *Attach additional pages as necessary for additional personnel. EXHIBIT G2: STAFF HOURS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Provide information on staffing structure and the number of hours per week for each crewmember that will be dedicated to LMD Zone 2008-1 Major Thoroughfare Medians. Please use the following structure. Feel free to add attachments if additional space is necessary. Labor time proposed is time working on site and does not include travel time. Supervisors Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crew #1 Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crew #2 Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crew #3 Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crew #4 Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Specialty Positions Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ Crewmember Title _______________________________ Qty. of Weekly Hours ____________________ EXHIBIT H: EQUIPMENT REQUIREMENTS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Additional equipment requirements for work within proposed Landscape Maintenance District or the ability of Contractor to rent/lease at no additional cost: Proper equipment required to perform pruning tasks including hand pruners, loppers, saws, pole pruners and chainsaws Commercial Grade Battery Powered Leaf Blowers All maintenance supplies for proper equipment operation Garden Spading Forks Shovels Rakes Scoop Shovels (various sizes and shapes) Commercial Grade Chipper Safety equipment such as head, eye and ear protection, work boots. Body protection such as chaps should also be used when operating chainsaws Irrigation controller remotes and transmitters; particularly WeatherTrak All the required tools and equipment to make minor and major irrigation repairs Gasoline powered pressure washer as needed to remove gum, sap and other undesirable items from walkway and medians. All traffic control signs mechanical and stand alone, barricades, cones, vests all equipment and safety wear shall be Cal-OSHA approved Please initial to verify acknowledgement of equipment requirements: _______________ Initials EXHIBIT I: CERTIFICATIONS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California Provide information on the certified arborist, chemical applicator, irrigation specialist, crew foreman, Recycled Water Users Site Supervisor, including name, certification and whether staff or subcontractor. Additionally include: e (license number will suffice) WeatherTrak irrigation manager, flow manager and OptiFlow training completion 1. ___________________________________________________________________________________ 2. ___________________________________________________________________________________ 3. ___________________________________________________________________________________ 4. ___________________________________________________________________________________ 5. ___________________________________________________________________________________ 6. ___________________________________________________________________________________ 7. ___________________________________________________________________________________ 8. ___________________________________________________________________________________ 9. ___________________________________________________________________________________ 10. __________________________________________________________________________________ EXHIBIT J: ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all proposal specifications for 2008-1 Area Wide Major Thoroughfare Medians. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established specifications throughout the length of the contract. *All three signatures required EXHIBIT K: NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California 1.SUMMARY OF CONTRACTUAL REQUIRMENTS a.A contract is required for any service performed on behalf of the City of Santa Clarita (City). b.By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c.Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2.SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a.These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions b.You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to liability under this agreement. The full coverage and limits afforded shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c.Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full-certified copies of all Insurance coverage and endorsements. 3.INDEMNIFICATION a.To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, pert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole rvices under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement nd, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on proportionate percentage of fault (except as otherwise provided in section 2782.8). b.The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c.CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4.INSURANCE a.Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Business automobile liability $2,000,000 Workers compensation Statutory requirement b.Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO notice to CITY. will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d.CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California-admitted insurers with (other than workers compensation) a current A.M. Best e.Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f.Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements ce of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h.The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: ______________________________ Date: ___________________ Printed Name: ____________________________________ ATTACHMENT A Inventory List ATTACHMENT A: INVENTORY LIST PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarita, California LMD Zone 2008-1 MAJOR THOROUGHFARE MEDIANS Item # Description APPROXIMATE square footage Estimated Quantity 1 Turf area medians N/A N/A 2 Shrub area medians / side panels 2,896,852 Sq Ft 73.5 acres 3 Concrete medians 703,114 Sq Ft 17 acres 4 Freeway onramp/offramp 334,642 Sq Ft 7 acres 5 Irrigation controllers - 126 clocks Medians BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. COPPER HILL DR. Newhall Ranch Road to Seco Canyon Road GOLDEN VALLEY RD. Claremore Way to Via Princessa LOST CANYON RD. Via Princessa to Medley Ridge Dr. LYONS AVENUE Interstate 5 to Railroad Avenue MAGIC MOUNTAIN PRKWY. Interstate 5 to Railroad Avenue McBEAN PARKWAY Interstate 5 to Copper Hill Drive NEWHALL AVENUE 6th Street to Highway 14 NEWHALL RANCH RD. Vanderbilt Way to Golden Valley Road ORCHARD VILLAGE RD. McBean Parkway to south of Lyons Avenue (first median on Valley St) PLUM CANYON ROAD Bouquet Canyon Road to Skyline Ranch Road RAILROAD AVENUE Drayton Street to Lyons Avenue RYE CANYON RD. Avenue Stanford to Newhall Ranch Road SANTA CLARITA PRKWY. Newhall Ranch Rd. to Riverrock Way SECO CANYON ROAD Bouquet Canyon Road to Banyan Place (includes Side Median north of Decoro) SIERRA HIGHWAY Golden Valley Road to Campus Exit SIERRA HIGHWAY Newhall Avenue to driveway south of 21380 Needham Ranch Parkway SOLEDAD CANYON ROAD Bouquet Canyon Rd. to Highway 14 VALENCIA BOULEVARD Interstate 5 to Bouquet Canyon Road VIA PRINCESSA Via Pacifica to Claibourne Lane VIA PRINCESSA Sheldon Avenue to Golden Maple Drive WHITES CANYON ROAD Via Princessa to Skyline Ranch Road SKYLINE RANCH ROAD Sierra Hwy to Plum Canyon Road (includes two roundabouts) Additional Landscape Maintenance Areas LYONS AVENUE / INTERSTATE 5 on-ramp and off-ramp of northbound I5 at Lyons Avenue NEWHALL ROUNDABOUT and surrounding circular parkways at Newhall Avenue and 5th Street, th including side panels to 6 Street on Main Street NEWHALL RANCH ROAD side panel/parkway on south side of street from Baywood Lane paseo area to Avenue Tibbetts and on north side of street from Dickason to the Santa Clara River/bridge. SAND CANYON/SR 14 on-ramps and off-ramps of both northbound and southbound SR14 at Sand Canyon Road Copperhill side median from 140 feet west of Hidden Hills Dr to Kenton Lane Side Panel Areas BOUQUET CANYON (Side panels) Non-Irrigated parkways and tree wells both north and south bound Bouquet Canyon from Festividad to just north of Steve Jon Street COPPERHILL (Side Panels) Seco Canyon to Buckhorn Lane, all tree wells both east and west bound. GOLDEN TRIANGLE ROAD (Side panel) Rainbow Glen Drive to Isabella Parkway, Golden Valley Road (Overpass) to Centre Pointe Parkway and 500 feet west side panels adjacent to SCRRA Right of Way. HASKELL CANYON ROAD (Side panel) Bouquet Canyon to Copper Hill Drive all tree wells located on both sides of street. SECO CANYON ROAD (Side panel) Tupelo Ridge to LACO Fire Station 111 all tree wells and non-irrigated parkways adjacent to block wall south of Decoro WHITES CANYON ROAD (Side panels) Tree wells and non-irrigated parkways from Ashboro to Via Princessa both east and westbound. Debris Clean Up Only NEWHALL RANCH ROAD / I-5 off-ramp northbound Interstate I5 at Newhall Ranch Road MAGIC MOUNTAIN PARKWAY / I-5 on-ramp and off-ramp northbound Interstate I5 at Magic Mountain Parkway VALENCIA BLVD / I-5 off-ramp and on-ramp northbound Interstate I5 at Valencia Blvd. MCBEAN PARKWAY / I-5 on-ramp and off-ramp northbound Interstate I5 at McBean Parkway NEWHALL AVENUE / SR 14 on-ramp and off-ramps both northbound and southbound SR14 at Newhall Avenue PLACERITA CANYON / SR14 on-ramp and off ramps both northbound and southbound SR14 at Placerita Canyon GOLDEN VALLEY ROAD / SR14 on-ramp and off-ramps both northbound and southbound SR14 at Golden Valley Road SIERRA HIGHWAY / VIA PRINCESSA / SR14 on-ramp and off-ramps both northbound and southbound SR14 at Sierra Highway / Via Princessa / SR14 ATTACHMENT B Area Map ATTACHMENT C 2024 Holiday Schedule TERMS AND CONDITIONS VENDOR TO READ By downloading this document via BidNet I acknowledge that I have, read, understood, and agree to the terms and conditions on all pages of this document and all solicitation documents relating to the associated project. I agree to furnish the commodity or service stipulated on this solicitation document as stated in the specifications. The solicitation, vendor response, and the Purchase Order (and/or Contract for services) constitute the entire agreement between the vendor and the City of Santa Clarita (City) covering the goods 1.SHIPMENT AND INSPECTION. The terms and routing of shipment shall be as provided on the Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to any goods not then shipped. City shall have the right to inspect any or all of the goods at reason of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or goods which do not conform to the specifications therefore, or to have waived any of inspection on deliveries or offers for delivery, which do not meet specifications, shall be for the account of the vendor. 2.RISK OF LOSS. Notwithstanding any provision hereof to the contrary, title to, and risk of loss of, the goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in this Contract, or if no such point is specified, then, when the goods are delivered to the City. However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall hold City harmless from and against any and all claims asserted against City on account of any personal injuries and/or property damages caused by the goods, or by the 3.WARRANTIES. Vendor warrants to and covenants with the City as follows: vendor shall deliver to City title to the goods free and clear of all security interest, liens, obligations, restrictions or encumbrances of any kind, nature or description, the goods shall be free from defects in material and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new and not used or reconditioned; the goods and their packaging shall conform to the description thereof and/or specifications therefore contained in this Contract. In placing ill and judgment in selecting and providing the ods shall be in all respects suitable for the particular purpose for which they are purchased and the goods shall be merchantable. Vendor shall indemnify and save and hold City harmless from and against any and all damages, losses, demands, costs and expenses arising from claims by third parties for property damage, hereunder. 4.REMEDIES Contract, City may take any or all of the following actions, without prejudice to any other rights or remedies available to City by law: st and risk: (c) cancel any outstanding deliveries recovery of the goods or the purchase price payable for goods shipped prior to such breach. 5.FORCE MAJEURE any or all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires, floods or other acts of God; transportation delays; acts of government or any subdivision or agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any other cause, whether or not similar to the causes or occurrences enumerated above; in all cases, which are beyond the control of the party claiming the occurrence of a force majeure event and which delays, interrupts or prevents such party from performing its obligations under this Contract. Notwithstanding any provision hereof to the contrary, the reduction, depletion, shortage, curtailment or cessation of reserves or any other supplies or materials of vendor shall not be regarded as an event of force majeure. The party affected by a force majeure event shall give notice thereof to the other party within ten days following the occurrence thereof and shall apprise the other party of the probable extent to which the affected party will be unable to perform or will be delayed in performing its obligations hereunder. The affected party shall exercise due diligence to eliminate or remedy the force majeure cause and shall give the other party prompt notice when that has been accomplished. Except as provided herein, if performance of this contract by either party is delayed, interrupted or prevented by reason of any event of force majeure, both parties shall be excused from performing hereunder while and to the extent that the majeure event which prevents its full and/or timely delivery of goods hereunder, City may, at its option and without liability (a) require vendor to apportion among its customers the goods available for delivery during the force majeure period; (b) cancel any or all delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate this Contract. If City accepts reduced deliveries or cancels the same, City may procure substitute goods from other sources in which event this contract shall be deemed modified to eliminate vendor's obligated to deliver goods not delivered during the force majeure event. After cessation of a force majeure event declared by City, neither party shall be obligated to deliver or purchase goods not so delivered and purchased during the force majeure period. 6.PATENTS. It is anticipated that the goods will be possessed and/or used by City. If by reason of any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade name or copyright with regard to the goods, their manufacture or use, vendor shall at its own expense defend such suit and shall indemnify and save and hold City harmless from and against all claims, damages, losses, demands, cost connection with such suit or threatened suit. 7.COMPLIANCE WITH LAW. Vendor warrants that it shall comply with all federal, state, and local laws, ordinances, rules and regulations applicable to its performance under this Contract, including, without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as amended, and any rules, regulations or orders issued or promulgated under such Act and Order. Vendor shall indemnify and save and hold City from and against any and all claims, damages, demands, costs and losses which the City may suffer in the event that vendor fails to comply with said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold hereunder shall comply with and conform in every respect to the standards applicable to the use of such goods under the Williams-Steiger Occupational Safety and Health Act of 1970, as amended, and any regulations and orders issued thereunder. Any clause required by any law, ordinance, rule or regulation to be included in a contract of the type evidenced by this document shall be deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed material/services and /or any construction authorized herein, the same must be first obtained from the regulatory agency having jurisdiction there over. 8.REPORTS, ARTWORK, DESIGNS ETC.: a.If the goods are to be produced by vendor in accordance with designs, drawings or blueprints furnished by City, vendor shall return same to City upon completion or cancellation of this Contract. Such designs and the like shall not be used by vendor in the and the like involve valuable property rights of City and shall be held confidential by vendor. b.If the Contract results in the creation of artwork, designs or written products, including but not limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures, analyses, photographs, musical scores, lyrics, shall be considered works for hire and the contractor expressly transfers all ownership and intellectual property rights including copyrights to the City by signing the contract. Such works and the like shall not be used by vendor in the conduct of any business with any third party without the c.Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs or other properties furnished by City or specifically paid for by City shall on demand be removed by City without charge. Vendor shall use such property at its own custody. Vendor shall at its cost store and maintain all such property in good condition and repair. City makes no warranties of any nature with respect to any property it may furnish to vendor hereunder. 9.GOVERNING LAW. The Purchase Order and this Contract between the parties evidenced hereby shall be deemed to be made in the State of California and shall in all respects be construed and governed by the laws of that state. 10.AMENDMENTS. Any and all changes to this contract must be made in writing and agreed to by the City. Performance by the contractor shall be considered agreement with the terms of this contract. 11.ASSIGNMENT. No assignment by the vendor of contract or any part hereof, or of funds to be received hereunder, is binding upon the City unless the City gave written consent before such assignment. 12.CURRENCY. All references to dollar amounts in this solicitation and in vendor's response refer to United States currency. Payments shall be made in United States Currency. 13.DEFAULT. In case of default by the vendor of any of the conditions of this solicitation or contract resulting from this solicitation, the vendor agrees that the City may procure the articles or services from other sources and may deduct from the unpaid balance due the vendor, or collect against the bond or surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be considered the prevailing market price at the time such purchase is made. 14.ENVIRONMENTALLY PREFERABLE PURCHASING. The City of Santa Clarita, being fully aware of the limited nature of our resources and the leadership role government agencies have, supports the Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in technology and industries occurring rapidly it is frequently difficult to be aware of the latest innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products which result in less energy usage, least impact on natural resources and greatest reuse of post-industrial and post-consumer material. Vendors are strongly encouraged to offer products and services meeting these criteria and point out those specific aspects or features in their bid. In accordance with Public Contract Code 22152 vendors are required to certify in writing the minimum, if not exact, percentage of postconsumer materials in the products, materials, goods, or supplies, offered or sold. 15.GRATUITIES. The City may, by written notice to the Contractor, terminate the right of the Contractor to proceed under this agreement, if it is found that gratuities in the form of entertainment, gifts, or otherwise were offered or given by the Contractor, or any agent or representative of the Contractor, to any officer or employee of the City with a view toward securing an agreement or securing favorable treatment with respect to the award or amending, or the making of any determinations with respect to the performance of such agreement; provided, that the existence of the facts upon which the City makes findings shall be in issue and may be reviewed in any competent court. In the event of such termination, the City shall be entitled to pursue the same remedies against the Contractor as the City could pursue in the event of default by the Contractor. 16.INDEMNIFICATION. The vendor is required to indemnify and hold the City harmless from and against any claim, action, damages, costs (inc injuries, or liability, arising out of any agreement entered into between the parties. Should the City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of this Agreement, or its performance, the and indemnify the City for any judgment rendered against it or any sums paid out in settlement or otherwise. 17.NON-APPROPRIATION OF FUNDS appropriated for the purpose of this agreement. All funds for payment after June 30 of the the governing body appropriating funds does not allocate sufficient funds for the next without penalty in their entirety, or (2) reduced in accordance with available funding as deemed necessary by the City. The City shall notify the Contractor in writing of any such non- allocation of funds at the earliest possible date. 18.ON-SITE INSPECTION. When deemed necessary by the City, an on-site inspection date and time will be so designated. The vendor is responsible for inspecting and understanding the total scope of the projects (i.e., specifications, quality, and quantity of work to be performed.) 19.PAYMENT. (a) Vendor shall state payment terms offered. (b) Payment shall be made on the pay period after receipt and acceptance of goods and/or services and upon using department confirmation of such acceptance. 20.PREVAILING WAGE. For all public works, the Vendor is required to quote prevailing wage. For the purposes of this paragraph, public works includes maintenance. All public works projects are subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. This bid is subject to SB 854 and SB-96. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. The Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. 21.PRICE REDUCTIONS. If at any time during the life of this contract, the successful vendor reduces his price or prices to others purchasing approximately the same quantities as contemplated by this contract, the contract prices must be reduced accordingly, and the contractor/vendor shall immediately notify the Purchasing Agent, City of Santa Clarita. 22.PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Vendor shall establish appropriate procedures and controls so no services or products under the Contract Documents shall be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 23.SB 854 (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 \[with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)\]. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 24.TAXES, CHARGES AND EXTRAS. (a) Vendor must show as a separate item California State Sales and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation, containers, packing, etc. shall not be paid unless specified in bid. Contractor/vendor agrees to cooperate with the City in all matters of local taxation. 25.CONTRACT PRICING. Except as otherwise provided, prices must remain consistent through the response to this quote. All costs must be included in the pricing provided to the City. 26.INSURANCE. For solicitations involving services the City requires insurance. Proof of insurance shall be provided by using an ACORD certificate of insurance and shall be provided insured. The certificate shall list coverage for General Liability (limit of $1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit of $1,000,0 requirement). For professional services, Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Specific insurance requirements shall be set forth in any contract awarded to a vendor. 27.SAFETY. Contractor agrees to comply with the provisions of the Occupational Safety and Health Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued thereunder, and certifies that all items furnished under this bid shall conform and comply with the indemnity and hold harmless clause for all damages assessed against buyer as a result of suppliers failure to comply with the Act and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 28.GUARANTEES. CONTRACTOR guarantees each portion of the services as installed against CONTRACTOR agrees to correct by repair or replacement without charge to CITY any defects which may appear in the work or any portion thereof. Notwithstanding the foregoing, all guarantees and warranties obtained by CONTRACTOR from manufacturers and vendors of full limit of their terms. 29.PROTEST PROCEDURES. Any person or entity may present a formal protest to the City with respect to solicitations being conducted by staff. a.Definitions solicitation. bidder. ty solicitation provided by a person or firm. disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. services or public construction projects for which it seeks a response. b.Format The protest must be in writing and include the following information at a minimum: i.The name, address, and phone number of the protester, or the authorized representative of the protester; ii.The signature of the protester or authorized representative of the protester; iii.The solicitation number and title under which the protest is submitted; iv.A detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information, the protest must contain documentation clearly showing the date on which the protester received the information; and v.The form of relief requested. c.Solicitation Protests Protests of any kind regarding the solicitation including, but not limited to, Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. d.Bid Protest and Review i.The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid opening. ii.A copy of the protest must be served upon the bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the bidder subject to the protest is grounds upon which the City may deny the protest. iii.A bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protest has been served by the protesting bidder. iv.The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting bidder and any bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any bidder. v.The decision of the City Manager or designee on the bid protest shall be final with no further review. e.State or Federal Funding i.If the subject matter of the solicitation or project is receiving any State or Federal funds which require a protest procedure different than the procedures stated above, then that protest procedure shall control. ii.In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. f.Mandatory Procedure i.This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. Addendum No. 1 February 20, 2024 Addendum No. 1 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ ƭŷƚǒƌķ ĬĻ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ There was a non-mandatory, pre-proposal meeting on February 20, 2024 beginning at 3:00 PM (PT). The meeting took place via Zoom. Attending Staff: Project Development Coordinator, Administrative Services Landscape Maintenance Specialist, Administrative Services Buyer, Administrative Services Landscape Maintenance Specialist, Administrative Services Administrative Analyst, Public Works Landscape Maintenance Administrator, Administrative Services Andrew Adams Attending Vendors: Gary Gonzalez, BrightView Landscape David Moo, BrightView Landscape Nelson Craig, BrightView Landscape Hugo Chica, BrightView Landscape Heidi Van Syoc, Stay Green Larry Rudd, Mariposa Landscape, Inc. Efrain Lupercio, Marina Landscape Services AD Aleman, SGD Enterprises DBA Four Season Landscaping Rojelio Morales, Venco Western Alex Lazo, American Heritage Landscape The following questions were asked and answered: Q1) Based on the last contract and going into the new contract, what aspect of this contract is the most important to the City? maintenance. However, water management will be emphasized more in this contract focusing on eliminating water run-off, cutting water costs, and irrigation maintenance. A2) Annette to search for info and provide to me for addendum. PROPOSAL # LMD-23-24-26 Addendum No. 1 February 20, 2024 The following was reviewed: Project scope of work Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. ____________________________________ ____________ Date ____________________________________ Company Name PROPOSAL # LMD-23-24-26 Addendum No. 2 February 21, 2024 Addendum No. 2 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ I.PRE-PROPOSAL MEETING Q&A The following question asked in the recent pre-proposal meeting was not included in Addendum No. 1. Please see the answer to question #2: Q2) What was the official name of the previous Maintenance and the DIR number for the project was 471006. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. ____________________________________ ____________ Date ____________________________________ Company Name PROPOSAL # LMD-23-24-26 Addendum No. 3 March 8, 2024 Addendum No. 3 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ I.UPDATES TO SCOPE OF WORK The following updates have been made to the various sections within the Scope of Work: rd PARAGRAPH In striving to meet the statewide diversion goal of 75%, LMD requires every effort to keep green waste out of landfills. The contractor shall either mulch green waste material onsite or haul material to a certified green waste diversion facility for processing. The contractor shall maintain a log and report method of diversion annually to the LMD office by providing total tons of green waste generated and the total tons diverted from the landfill by either reuse on site or recycling through a facility. Narratives, photographs, weight tickets and diversion reports are acceptable forms of reporting. The log must be provided upon request at any given time during the contract. The City will require the installing contractor to fulfill a warranty period and then the maintenance contractor will be responsible thereafter. Currently, there are no olive trees within the scope of work that will need spraying. There are currently no pots that need to be hand-watered at this time. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. ____________________________________ ____________ Date ____________________________________ Company Name PROPOSAL # LMD-23-24-26 Addendum No.1 February 20, 2024 Addendum No.1 PROPOSAL# LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ ƭŷƚǒƌķ ĬĻ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌƩĻƭƦƚƓƭĻ͵ There was a non-mandatory, pre-proposalmeeting on February 20, 2024beginning at 3:00 PM (PT). The meeting took place via Zoom. Attending Staff: Project Development Coordinator, Administrative Services Landscape MaintenanceSpecialist, Administrative Services Buyer, Administrative Services Landscape MaintenanceSpecialist, Administrative Services Administrative Analyst, Public Works Landscape MaintenanceAdministrator, Administrative Services Andrew Adams Attending Vendors: Gary Gonzalez, BrightView Landscape David Moo, BrightView Landscape NelsonCraig, BrightView Landscape Hugo Chica, BrightView Landscape Heidi Van Syoc, Stay Green Larry Rudd, Mariposa Landscape, Inc. Efrain Lupercio, Marina LandscapeServices AD Aleman, SGD Enterprises DBA Four Season Landscaping Rojelio Morales, Venco Western Alex Lazo, American Heritage Landscape The following questions were asked and answered: Q1) Based on the last contract and going into the new contract, what aspect of this contract is the most important to the City? maintenance. However, water management will be emphasized more in this contractfocusing on eliminating water run-off, cutting water costs, and irrigation maintenance. A2) Annette to search for info and provide to me for addendum. PROPOSAL# LMD-23-24-26 Addendum No. 1 February 20, 2024 The following was reviewed: Project scope of work Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 03//2024 ____________________________________ ____________ Stay Green Inc. ____________________________________ Company Name PROPOSAL# LMD-23-24-26 Addendum No. 2 February 21, 2024 Addendum No. 2 PROPOSAL# LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌƩĻƭƦƚƓƭĻ͵ I.PRE-PROPOSAL MEETING Q&A The following questionasked in the recent pre-proposal meetingwas not included in Addendum No. 1. Please see the answer to question#2: Maintenanceand the DIR number for the project was 471006. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 03//2024 ____________________________________ ____________ /ƚƓƷƩğĭƷƚƩ͸ƭ wĻƦƩĻƭĻƓƷğƷźǝĻ5ğƷĻ Stay Green Inc. ____________________________________ /ƚƒƦğƓǤ bğƒĻ PROPOSAL# LMD-23-24-26 Addendum No. 3 March 8, 2024 Addendum No. 3 PROPOSAL# LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌƩĻƭƦƚƓƭĻ͵ I.UPDATES TO SCOPE OF WORK The following updates have been made to the various sections within the Scope of Work: rd PARAGRAPH In striving to meet the statewide diversion goal of 75%, LMD requiresevery effort to keep green waste out of landfills. The contractor shall either mulch green waste material onsite or haul material to a certified green waste diversion facility for processing. The contractor shall maintain a log and report method of diversion annually to the LMD office by providing total tons of green waste generated and the total tons diverted from the landfill by either reuse on site or recycling through a facility. Narratives, photographs, weight tickets and diversion reports are acceptable forms of reporting. The log must be provided upon request at any given time during the contract. The City will require the installing contractor to fulfill a warranty period and then the maintenance contractor will be responsible thereafter. Currently, there are no olive trees within the scope of work that will need spraying. There are currently no pots that need to be hand-watered at this time. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 03/11/2024 ____________________________________ ____________ /ƚƓƷƩğĭƷƚƩ͸ƭ wĻƦƩĻƭĻƓƷğƷźǝĻ5ğƷĻ Stay Green Inc. ____________________________________ /ƚƒƦğƓǤ bğƒĻ PROPOSAL# LMD-23-24-26 William Stuarto Gerson Aguirre Carlos Cabello Genaro Sandoval Abel Gallardo Roberto Quezada Pacheco Hugo Lopez Esteban Martinez Mercedes Orellana Francisco Mejia Salvador Alanis Heriberto Hernandez Antonio Castaneda Jose Hernandez Manuel Murillo Jose Silva Floater Crew Spray tech Jose M. Vasquez Spray tech 03//2024 03//2024 03//2024 2008-1 Area Wide Major Throughfare Medians Maintenance Schedule Per the bid specsStay Green, Inc. proposesand the maintenance schedule for these crews, bebroken outbasedonthebelowbulletpoints: 3 crews will consist of-5 men fulltimefor a total of 200 hours per week, per crew. 1 full time -2 man floater crewfor a total of 80 hours per week 17 men and 4 crews, for a total of 680 hours. SGIwillcompletethenecessarywork,MondaythroughFriday. 3 on-sitebeprovided, throughouttheweekMondaythroughFriday, as part of the crew. scheduleand labor hours areprovidedinthisRFP. 3 - control, pruning and trimming on a 9 day rotation, throughout their rotation section. Manager and the Account Manager, so the City is aware of them. Proposal LMD # 23-24-26 2008-1 Area Wide Major Throughfare Medians Landscape Maintenance March , 2024 Heidi Van Syoc Regional Manager hvansyoc@staygreen.com 661-383-6752 3//2024 Dear City of Santa Clarita: Thank you for the opportunity to continue to provide Landscape Maintenance Service at the 2008-1 Area Wide Major Thoroughfare Medians. We value the partnership we have built, over the last 5 years at the Area Wide Major Thoroughfare Medians and 36 years with the City of Santa Clarita. We intend to deliver our excellent standard of quality, customer service, while continuing to improve and beautify the Area Wide Major Thor appearance. Along with constantly striving to save the City money by efficiently monitoring the irrigation system and needs. Included in the attached proposal isstory of experienced landscaping, the information outlined in the RFP, including response file, the breakdown of cost file and services provided. We would like to highlight some important benefits of having the Stay Green Inc. team remain at the Area Wide Major relationship to only grow and improve from here. Being on property the last 5 years, we know all it takes to properly him on, down to a science and they work as a well-oiled machine. The intent is to ensure that quality, superb service and communication are executed here, as well. These team members are seasoned and well versed in the Area Wide Major Thoroughfare Medians layout and operational needs. Having the above knowledge offers you faster response and turn- around times, such as same day repairs. Our company has won multiple safety and industry recognition awards over the years and we are well versed in safety procedures. Our median crews are familiar in all aspects of safety procedures and what it takes to effectively manage those, in these high traffic areas. The project will continue to be led by our Regional Manager Heidi Van Syoc, along with an experienced Account Manager, Dave Colburn, Production Manager, Eleazar Gallardo, 3 experienced Crew Leaders along with their crews, 3 Irrigation Technicians and a Floater Crew. Contact information is listed below: Chris Angelo President/CEO Changelo@staygreen.com (661)291-2800 ext. 110 26415 Summit Circle Santa Clarita, CA 91350 Steve Seely Chief Operating Officer Sseely@staygreen.com (661)291-2800 ext. 108 26415 Summit Circle Santa Clarita, CA 91350 Heidi Van Syoc Regional Manager Hvansyoc@staygreen.com (661) 383-6752 26935 Furn ivall Ave. Canyon Country, CA 91351 Dispatching team: Canyon Country, CA. Website: www.staygreen.com Please do not hesitate to contact us at the information above, if you have any questions. We look forward to our continued partnership with you at the Area Wide Major Thoroughfare Medians! Thank you, Heidi Van Syoc Introduction and Background ing quality landscaping services has been a g oal that we aim to achieve year after year. The crews are well organized by their manager who provides direction, communication, training, and assistance on a schedule, as well as, on a as needed basis. The crew is set up to perform the work as productively and efficiently, as possible. The work will be performed in a cyclical manner to allow for organized flow throughout the project. We are always training new staff as part of our bench strength program. Keeping the highest level of managers on our projects is key to our success. We use top of the line, eco-friendly equipment that is equipment assists our team in providing our client a great product. Stay Green Inc. is equipped with additional issue. If a backup is needed, we are equipped to step in and handle the additional need for equipment, laborers, or management. Our enhancement department is equipped to handle work outside of the scope of maintenance. This helps many of our customers resolve issues, outside of the standard scope of work. All staff are trained to use all equipment and tools assigned to them. Stay Green Inc. lives by best practices that are practiced daily. Managers are especially used to train staff members on maintenance tasks, routine and non-routine. Other examples of best practices are pruning techniques, training the staff, and safety. Managers evaluate the job sites and walk with the crew leader to make a plan daily. Stay Green Inc. is family owned and operated. Richard and Charlene Angelo started the company back in 1970. While the 12 additional locations in Los Angeles County, Kern County, Ventura County, Orange County, Riverside County and Catalina Island. Stay Green Inc. has grown over 53 years through referrals, professionalism, and quality. Stay Green Inc. is recognized as a leading provider of high-quality landscape services, having achieved a 95% customer retention rate, along ds from the National Association of Landscape Professionals. We remain committed to continued growth, as well as leadership within the industry. We consistently implement new technologies and techniques to improve our efficiency and effectiveness. And, since we were among the first to investigate and adopt environmentally friendly landscaping practices, we continue to inspire others in our industry to do the same. Utilizing safe chemicals, organic fertilizer, and water conservation programs are just a few of the initiatives that Stay Green has to offer. To elaborate, in order to help areas that are constricted by city regulations to decrease their water consumption, we offer plants and techniques that do not compromise the beauty of the landscape but reduce the requirement of water. Being innovative without sacrificing our service and quality, but allowing it to be enhanced, is top priority for us as a company. Stay Green Inc. specializes in Landscape Maintenance, Plant Health Care, Design, and Tree Services thereby eliminating the need for subcontracting work. Not only does Stay Green Inc. service large commercial businesses, homeowner associations and large health care complexes; we also handle many city and county landscaping accounts. Since we are a full-service landscape company, we have the ability to expect and achieve our high standards out in the field. SCOPE OF WORK Per the bid specs, Stay Green, Inc. proposes: 3 full time, 5 man crews and 1 full time, 2 man floater crew (17 men and 4 crews total), will be broken out based on the below bullet points: SGI will complete the necessary work, Monday through Friday. 3 on-site irrigation techs (1 included per each regular section crew) will also be provided, throughout the week Monday through Friday, as part of the crew. Full rotation schedule and labor hours are provided in this RFP. 3 - 5 man crews (1 crew per section, outlined in provided schedule) will focus on weed control, pruning and trimming on a 9 day rotation, throughout their rotation section. The floater crew will work on the freeway medians, planting, any emergencies that may arise and supplement throughout rotation, where needed. Fertilizer throughout medians will be applied twice a year, upon signed city proposals. Crew and irrigation tech will report any issues with the landscaping directly to the Production Manager and the Account Manager, so the City is aware of them. A Regional, Account and Production Manager will be in charge of the crew in these median sections, to assure that all requirements are met for landscape services. Ground Cover Irrigation: Repeat run and soak cycles based on the soil type by zone shall be programed to maximize water penetration and minimize runoff. Soil in turf areas shall be allowed sufficient time to dry prior to mowing in order to minimize turf compaction. Regular and routine inspections of all irrigation systems to ensure uniform coverage. Regularly inspect and adjust, as needed so sidewalks, fences, buildings, etc. are not getting wet. Comply to all government water regulations and restrictions. Irrigation system must be set to ensure uniform moisture needs, as needed. A soil probe/moisture sensor shall be used to re-evaluate moisture needed, as needed. Edging and Trimming: Groundcover adjacent to curbs, paved areas, shrubs, trees, and other miscellaneous objects in groundcover areas shall be edged as needed to maintain a neat, clean, well-defined edge. A 4-inch to 6-inch bare area shall be maintained between ground cover and curb. Weed Control: Weed Control shall be maintained so that all groundcover areas are reasonably weed free and no obvious weeds are left visible. Weeds shall be controlled with suitable pre- and/or post-emergent herbicides, as well as with selective and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary. Shrubs and Hedges Pruning: Pruning of shrubs shall be performed to attain maximum desired effect or purpose while retaining as much of the natural characteristics or branching as possible. Shrubs shall be pruned as required for safety, removal of broken or diseased branches, general containment or appearance. Pruning at the correct time of year is essential to maximize flowering potential. After flowering, remove any spent blooms or flower stalks. The landscape, building design, as well as A. Natural Shape- The intent is to emphasize the natural form develop structure. Ultimately remove, as needed old stems to rejuvenate. Avoid shearing, which will eliminate flowering wood and destroy character. B. Natural Hedge- The intent is to develop a loose, informal appearing hedge. C. Formal Hedge- It is the intent of these shrubs to have straight, crisp edges. Weed Control: Weed Control shall be maintained so that all shrub areas are reasonably weed free and no obvious weeds are left visible. Weeds shall be controlled with suitable pre- and/or post- emergent herbicides, as well as with selective and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary. Tree Maintenance Included Trees: Trees shall be pruned back to clear all roads to achieve safety for all pedestrians and vehicles. Trees less than a height of twelve (12) feet shall be routinely maintained as necessary to maintain and encourage the natural form and shape. Trees over twelve feet shall be monitored by SGI Tree Care Division, for necessary pruning in order to maintain tree health, appearance, and over-all safety. SGI will notify Owner of recommended action, price, and timing of Tree Pruning: Pruning shall be done to eliminate diseased or damaged growth; to eliminate weak branch attachment angles; to reduce wind damage by thinning-out the canopy and to encourage a natural growth pattern of each specific variety. Staking and Guying: While in place, stakes and guys shall be inspected and adjusted, as needed, to prevent girding damage to trunk and limbs. All tree ties and guys shall be loosened to allow tree to flex, allowing for the trunk to strengthen. Staking and guying shall be eliminated as rapidly as trees become self-supporting under normal environmental conditions. Weed Control: A buffer zone of approximately 17 inches in diameter shall be maintained for trees located in turf areas and are to be kept weed free. Weeds shall be controlled with suitable pre- and/ or post-emergent herbicides, as well as with selective and/or contact herbicides. Hand pulling and/or mechanical removal may also be necessary. Mulching: For trees located in turf areas, SGI will mulch the tree buffer zone, which will help reduce water consumption, enhance soil nutrition and improve tree vigor. Fertilization All medians will be fertilized twice a year, to produce healthy growth and maintain consistent color. Hardscape Maintenance: All common area hardscape will be cleaned and maintained in accordance with the maintenance schedule. Cracks in curbs and gutters will be sprayed for weed control. All will be clean on landscape debris. General Maintenance: Landscaped areas and sidewalks will be clean and cleared of all landscape debris, fallen leaves and trash. Drain areas, ditches and swales will be kept free of dirt and debris. Drainage issues will be reported promptly, along with a monthly report detailing conditions, status, concerns and/or issues. General Irrigation Maintenance: Damage caused by SGI will be repaired at no cost to the City. All irrigation systems will pressure reducers, etc. will be regularly adjusted and cleaned, as necessary. Watering schedule to be routinely evaluated and adjusted, based on seasonality, plant material, location, water restrictions, etc. Preventative maintenance will be performed, as needed. Rodent and Pesticides Gopher control that has a detrimental effect on the landscape is not included in this contract. It does not include indoor pests or the control of animals that do not directly affect the landscape such as raccoons, opossums, feral cats, etc. All applications of pest control will be performed by properly licensed operators in compliance with all applicable codes, laws and regulations. Pesticides: Procedures for Application of Pesticides: Pest populations shall be monitored by SGI and recommendations for control shall be forwarded to Owner. SGI will perform su ailable which will be consistent with good pest management and practices and results. In the event that a pesticide application is approved, the Owner shall be notified per schedule of all chemical applications. Owner will be notified of any deviations from this schedule. Pesticides shall be applied at times, which limit the possibility of contamination from climatic and other factors. Applicator shall monitor forecasted weather to limit potential runoff of treated areas and possibly of contamination. When water is required to increase pesticide efficiency, it shall be applied only in quantities of which area is capable of receiving without runoff. Care shall be taken in transferring and mixing pesticides to prevent contamination outside of the target areas. Waste Removal SGI is responsible for the removal of all waste and debris generated by the landscape operations. General Clean Up Cleanup in medians to remove debris created by landscape operation shall be provided by SGI and maintained in accordance with maintenance schedule. Cracks in curbs and gutters shall be sprayed to control weeds. Annual Color SGI shall provide a material proposal, at the request of the City, for planting annual color in median areas. Watering shall be accomplished, as required, to promote optimum growth. Care shall be exercised to prevent eroding of soil and excess drainage from containers on the hardscape. Remove dead or faded blossoms, stems, foliage, and trash to encourage blooming and maintain a neat appearance. Fertilize annual color plants regularly with consideration of plant and soil needs. SGI, at no additional expense to Owner, shall remove plants due to diseases. SGI shall produce and maintain in force with duly licensed insurance carriers for the Term and for a period of twelve (12) months thereafter: (i) Commercial General Liability insurance coverage of at least One Million Dollars ($1,000,000) single limit bodily injury coverage and property damage and at least Two Million Dollars all statutory requirements covering all persons employed by SGI in connection with this Agreement, with such policy including an employer liability endorsement. SGI shall provide Company with certificates of insurance including the Company and its parent companies as additional insured on the Commercial General Liability insurance policy evidencing the foregoing insurance coverage, including any required renewals of such coverage, and provide that such coverage will not be cancelled or the subject of a material adverse amendment without at least thirty (30) days prior written notice to Company. Upon any cancellation and/or material adverse amendment of any insurance policy required hereby, and prior to the effective date thereof, SGI shall deliver replacement insurance to Company. All such insurance policies required to be maintained hereunder shall be primary, occurrence based and shall not require contribution from any coverage maintained by Company and shall not contain, non-customary exclusions. Licenses: Landscape Contractor, Certified Arborist, Pest Control Advisor and Pest Control Operator ate of California. Information is below and Photocopies of licenses will be provided upon request. California Department of Pesticide Regulation License #30475 County of Los Angeles Agricultural Pest Control Registration Certificate #1000122 PCA, QAL, QAC, Arborists, Certified Tree Workers Licenses 2008-1 Area Wide Major Throughfare Medians Maintenance Schedule Per the bid specs Stay Green, Inc. proposes and the maintenance schedule for these crews, be broken out based on the below bullet points: 3 crews will consist of - 5 men full time for a total of 200 hours per week, per crew. 1 full time - 2 man floater crew for a total of 80 hours per week 17 men and 4 crews, for a total of 680 hours. SGI will complete the necessary work, Monday through Friday. 3 on-site be provided, throughout the week Monday through Friday, as part of the crew. schedule and labor hours are provided in this RFP. 3 - control, pruning and trimming on a 9 day rotation, throughout their rotation section. Manager and the Account Manager, so the City is aware of them. 2008-1 Area Wide Major Throughfare Medians -as acatch-up day Monday: Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Tuesday:Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Wednesday:Magic Mountain Pkwy. Interstate 5 to Railroad Ave. and McBean Pkwy. Interstate 5 to Copper Hill Dr. Thursday:McBean Pkwy. Interstate 5 to Copper Hill Dr.and Newhall Ranch Rd. Side panel/pkwy on south side from Friday:McBean Pkwy. Interstate 5 to Copper Hill Dr. Monday:Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Tuesday:Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Wednesday:Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. and Rye Canyon Rd. Avenue Stanford to Newhall Ranch Rd. Thursday: Valencia Blvd. Interstate 5 to Bouquet Canyon Rd. Friday: Holiday or catch-up day, where is needed 2008-1 Area Wide Major Throughfare Medians This Central-as acatch-up day Monday: BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. Tuesday:BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy.AND BOUQUET CANYON Non- just north AND Bouquet Cyn. to CopperHill Dr. all tree wells located on both sides of the street. Wednesday:Bouquet Canyon Rd. to Banyan Pl. (includes Side Median north of Decoro)AND Seco Cyn. To Buckhorn Ln., all tree wells both east and westbound AND side Thursday:- irrigated parkways adjacent to block wall south of Decoro Friday:Interstate 5 to Railroad AND McBean Pkwy. to south of Lyons .) th Monday:6Street to Highway 14 AND and surrounding circular parkways thth St., including side panels to 6St. on Main St. th Tuesday:Return to -St., th including side panels to 6St. on Main St. Wednesday: Thursday: Friday: Holiday or catch-up day, where is needed 2008-1 Area Wide Major Throughfare Medians This East-as acatch-up day Monday: GOLDEN VALLEY RD.Claremore Wy to Via Princessa Tuesday:GOLDEN VALLEY RD.Claremore Wy to Via PrincessaAND GOLDEN VALLEY TRIANGLE RD.Rainbow Glen Dr. to of Way. Wednesday:PLUM CANYON RD.Bouquet Canyon Rd. to Thursday:Golden Valley Rd. to Campus Exit AND Friday:to Plum Canyon Rd. (includes two roundabouts) Monday: - and westbound. Tuesday: Wednesday: Thursday: Friday: - 2008-1 Area Wide Major Throughfare Medians The FloaterCrew extras The Floater crew will rotate through all ALandscape Maintenaceincluding: on--ramp of northbound I-5 at Lyons Avenue on--ramp of both north and southbound SR14 at Sand Canyon Road And --ramp northbound I-5 at Newhall Ranch Rd. -on--ramp northbound I-5 at Magic Mountain Pkwy. -on--ramp northbound I-5at Valencia Blvd. -on--ramp north bound I-5 at McBean Pkwy. on--rampboth north and southbound at Newhall Ave. on--rampboth north and southbound SR14 at Placerita Cyn. on--ramp both north and south bound SR14 at Golden Valley Rd on--ramp both north and south boundSR14 ϶ Personnel 3- 5 man crews (1-West, 1-Central and 1-and 1- be based ¨\]f϶Ɯijňň϶ąŗŎŲňđƂđ϶Ƃİđ϶ŏđąđŹŹêŵƢ϶ƜŗŵńϽ϶~ŗŏċêƢ϶ƂİŵŗƇĩİ϶\[ŵijċêƢϼ϶ ͯ϶ŗŏЎŹijƂđ϶ijŵŵijĩêƂijŗŏ϶ƂđąİŹ϶Йͭ϶ijŏąňƇċđċ϶Ųđŵ϶đêąİ϶ŵđĩƇňêŵ϶ŹđąƂijŗŏ϶ąŵđƜК϶Ɯijňň϶êňŹŗ϶ăđ϶ ŲŵŗƚijċđċϽ϶ƂİŵŗƇĩİŗƇƂ϶Ƃİđ϶Ɯđđń϶~ŗŏċêƢ϶ƂİŵŗƇĩİ϶\[ŵijċêƢϽ϶êŹ϶ŲêŵƂ϶ŗĨ϶Ƃİđ϶ąŵđƜϼ϶ \[Ƈňň϶ŵŗƂêƂijŗŏ϶ŹąİđċƇňđ϶êŏċ϶ňêăŗŵ϶İŗƇŵŹ϶êŵđ϶Ųŵŗƚijċđċ϶ijŏ϶ƂİijŹ϶¤\[¡ϼ϶ ͯ϶Ў϶ͱ϶Ŏêŏ϶ąŵđƜŹ϶Йͭ϶ąŵđƜ϶Ųđŵ϶ŹđąƂijŗŏϽ϶ŗƇƂňijŏđċ϶ijŏ϶Ųŵŗƚijċđċ϶ŹąİđċƇňđК϶϶ ϶ͭЎ϶϶ Uniforms and Safety and wear a standard a all OSHA and are Equipment Eêąİ϶ąŵđƜ϶Źİêňň϶İêƚđ϶Ƃİđ϶ĨŗňňŗƜijŏĩ϶đŴƇijŲŎđŏƂϾ϶ - EXHIBIT D: PROACTIVE APPROACH FORM PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ Please explain what policies or procedures you and your company will provide to ensure your team will proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company the best for this service area and how does your company stand out from others? Stay Green, Inc. is without a doubt the best choice for the landscape maintenance of _____________________________________________________________________________________________ 2008-1 Area Wide Major Thoroughfare Medians. In business for 53 years and worked _____________________________________________________________________________________________ with the City of Santa Clarita for 36 of those. Stay Green, Inc. has extensive experiance _____________________________________________________________________________________________ in maintaining City zones, both new and old. Our vast knowledge base is unsurpassed, _____________________________________________________________________________________________ and invaluable to both the City of Santa Clarita and its residents. Stay Green, Inc. has _____________________________________________________________________________________________ maintained these medians in the past and is very familiar with their boundaries and _____________________________________________________________________________________________ layouts. This background knowledge and experience cannot be understated, as these _____________________________________________________________________________________________ areas are high-visibility. _____________________________________________________________________________________________ In addition to the knowledge base of our field staff, our managerial staff has decades of _____________________________________________________________________________________________ combined knowledge in managing City zones and their many intricacies. Knowing the _____________________________________________________________________________________________ high profile of these areas, and the eyes that are on them at all times, means that _____________________________________________________________________________________________ presentation must always be at the forefront of everything we do. Stay Green, Inc. prides _____________________________________________________________________________________________ itself in providing the highest quality standards, with the most skilled employees in the _____________________________________________________________________________________________ _____________________________________________________________________________________________ industry. We constantly train all our employees in OSHA and ANSI safety standards, by holding weekly safety tailgate meetings and a yearly equipment training. These meetings _____________________________________________________________________________________________ for the crew that maintain this zone are specifically tailored for their unique working _____________________________________________________________________________________________ enviroment. Our vehicles are outfitted with the correct markings, lighting and safety _____________________________________________________________________________________________ precautions that meet or exceed the City's public works/traffic requirements. All of our _____________________________________________________________________________________________ employees are trained annually in chemical application, and are certified spray technicians. _____________________________________________________________________________________________ All crew leaders and irrigtaion techs are supplied with the most current smartphones with _____________________________________________________________________________________________ *Attach additional pages as necessary. EXHIBIT D: PROACTIVE APPROACH FORM PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ Please explain what policies or procedures you and your company will provide to ensure your team will proactively identify deficiencies, suggest solutions, and execute resolution? What makes your company the best for this service area and how does your company stand out from others? the ability to call/text information at any time. In addition, they all are trained in and have _____________________________________________________________________________________________ the Weathertrak app, installed for use at any time. Our irrigation techs go through annual _____________________________________________________________________________________________ training in all aspects of irrigation design, installation, and repair. They are also well _____________________________________________________________________________________________ versed in all irrigation controller types, management, and are certified Weathertrak _____________________________________________________________________________________________ operators, with more than 25 years of experience between them. Our strong management _____________________________________________________________________________________________ staff includes an Account Manager and a Production Manager, that constantly see these _____________________________________________________________________________________________ areas and keep eyes on potential issues before they become one, in taking a pro-active _____________________________________________________________________________________________ approach. _____________________________________________________________________________________________ Our constant presence in the SCV at any given time and our well trained staff gives us _____________________________________________________________________________________________ the ability to react fast to any situation. We are well versed and experienced in managing _____________________________________________________________________________________________ the many events, such as: city marathons and other events that often times require quick _____________________________________________________________________________________________ reaction to close backflows and or adjust timers, to accomodate them. We believe that _____________________________________________________________________________________________ these qualities best suit Stay Green to provide the City with the best possible service _____________________________________________________________________________________________ and continued impeccable maintenance for 2008-1 Area Wide Thoroughfare Medians, _____________________________________________________________________________________________ for years to come. _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ *Attach additional pages as necessary. EXHIBIT F: REFERENCES PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ The following are the names, addresses, and telephone numbers of three public agencies for which the proposed company has performed work of a similar scope and size within the past five (5) years. The the landscape maintenance field, experience maintaining site areas of twenty (20) acres or larger, and the ability to complete work of the type and scope being proposed under the terms of this contract. If necessary, more than three (3) references can be submitted to demonstrate these qualifications. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Fill out this form completely and upload it with your proposal. City of Fontana / 16489 Orange Way Fontana, CA 92335 1._________________________________________________________________________________ Name and Address of Owner / Agency Brain Clements - (909) 350-6771 / bclements@fontana.org_________________________________________________________________________________________ Name and Telephone Number of Person Familiar with Project $2,118,310 Landscape Maintenance 02/01/2023 _________________________________________________________________________________ Active Contract Amount Type of Work Date Started Date Completed 2._________________________________________________________________________________ Eastvale Public Right of Way / 13820 Schleisman Road, Eastvale CA 92880 Name and Address of Owner / Agency _________________________________________________________________________________ Travis Viseth - (951) 727-3524 / tviseth@jcsd.us N ame and Telephone Number of Person Familiar with Project Active $1,182,750 Landscape Maintenance _________________________________________________________________________________ 07/01/2015 Contract Amount Type of Work Date Started Date Completed City of Rancho Palos Verdes / 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 3._________________________________________________________________________________ Name and Address of Owner / Agency Juan Hernandez - (310) 544-5221 / jhernandez@rpvca.gov _________________________________________________________________________________ N ame and Telephone Number of Person Familiar with Project $1,200,000 02/2017 Landscape Maintenance Active _________________________________________________________________________________ Contract Amount Type of Work Date Started Date Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom PROPOSER intends to procure insurance bonds: Lockton Insurance Brokers - Jennifer Ochs - 213-689-2456 _____________________________________________________________________________________ _____________________________________________________________________________________ William Stuarto Gerson Aguirre Carlos Cabello Genaro Sandoval Abel Gallardo Roberto Quezada Pacheco Hugo Lopez Esteban Martinez Mercedes Orellana Francisco Mejia Salvador Alanis Heriberto Hernandez Antonio Castaneda Jose Hernandez Manuel Murillo Jose Silva Floater Crew Spray tech Jose M. Vasquez Spray tech /ƩĻǞ ϔЌ 40 Crew Leader /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ 40 /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Gardener 40 /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Gardener /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Gardener 40 40 /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Irrigation Tech /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Total 200 /ƩĻǞ ϔЍ Crew Leader 40 /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ 40 Gardener /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Total 80 {ƦĻĭźğƌƷǤ tƚƭźƷźƚƓƭ 3 /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Spray Tech /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ 1 Arborist /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ /ƩĻǞƒĻƒĬĻƩ źƷƌĻ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ vƷǤ͵ ƚŅ ‘ĻĻƉƌǤ IƚǒƩƭ ΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗΗ Total 4 03//2024 03//2024 03//2024 2023 Award of Excellence ϶ ϶ ϶϶϶ ϶ ϶ ϶ 2008-1 Area Wide Major Throughfare Medians - as a catch-up day Monday: Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Tuesday: Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Wednesday: Magic Mountain Pkwy. Interstate 5 to Railroad Ave. and McBean Pkwy. Interstate 5 to Copper Hill Dr. Thursday: McBean Pkwy. Interstate 5 to Copper Hill Dr. and Newhall Ranch Rd. Side panel/pkwy on south side from Friday: McBean Pkwy. Interstate 5 to Copper Hill Dr. Monday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Tuesday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Wednesday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. and Rye Canyon Rd. Avenue Stanford to Newhall Ranch Rd. Thursday: Valencia Blvd. Interstate 5 to Bouquet Canyon Rd. Friday: Holiday or catch-up day, where is needed West Crew Area 2008-1 Area Wide Major Throughfare Medians This Central - as a catch-up day Monday: BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. Tuesday: BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. AND BOUQUET CANYON Non- just north AND Bouquet Cyn. to Copper Hill Dr. all tree wells located on both sides of the street. Wednesday: Bouquet Canyon Rd. to Banyan Pl. (includes Side Median north of Decoro) AND Seco Cyn. To Buckhorn Ln., all tree wells both east and west bound AND side Thursday: - irrigated parkways adjacent to block wall south of Decoro Friday: Interstate 5 to Railroad AND McBean Pkwy. to south of Lyons .) th Monday: 6 Street to Highway 14 AND and surrounding circular parkways thth St., including side panels to 6St. on Main St. th Tuesday: Return to - St., th including side panels to 6 St. on Main St. Wednesday: Thursday: Friday: Holiday or catch-up day, where is needed Central Crew Area 2008-1 Area Wide Major Throughfare Medians This East - as a catch-up day Monday: GOLDEN VALLEY RD. Claremore Wy to Via Princessa Tuesday: GOLDEN VALLEY RD. Claremore Wy to Via Princessa AND GOLDEN VALLEY TRIANGLE RD. Rainbow Glen Dr. to of Way. Wednesday: PLUM CANYON RD. Bouquet Canyon Rd. to Thursday: Golden Valley Rd. to Campus Exit AND Friday: to Plum Canyon Rd. (includes two roundabouts) Monday: - and westbound. Tuesday: Wednesday: Thursday: Friday: - East Crew Area 2008-1 Area Wide Major Throughfare Medians The Floater Crew extras The Floater crew will rotate through all ALandscape Maintenace including: on--ramp of north bound I-5 at Lyons Avenue on--ramp of both north and south bound SR14 at Sand Canyon Road And --ramp north bound I-5 at Newhall Ranch Rd. -on--ramp north bound I-5 at Magic Mountain Pkwy. -on--ramp north bound I-5 at Valencia Blvd. -on--ramp north bound I-5 at McBean Pkwy. on--ramp both north and south bound at Newhall Ave. on--ramp both north and south bound SR14 at Placerita Cyn. on--ramp both north and south bound SR14 at Golden Valley Rd on--ramp both north and south bound SR14 Floater Crew Area Addendum No. 1 February 20, 2024 Addendum No. 1 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ ƭŷƚǒƌķ ĬĻ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ There was a non-mandatory, pre-proposal meeting on February 20, 2024 beginning at 3:00 PM (PT). The meeting took place via Zoom. Attending Staff: Project Development Coordinator, Administrative Services Landscape Maintenance Specialist, Administrative Services Buyer, Administrative Services Landscape Maintenance Specialist, Administrative Services Administrative Analyst, Public Works Landscape Maintenance Administrator, Administrative Services Andrew Adams Attending Vendors: Gary Gonzalez, BrightView Landscape David Moo, BrightView Landscape Nelson Craig, BrightView Landscape Hugo Chica, BrightView Landscape Heidi Van Syoc, Stay Green Larry Rudd, Mariposa Landscape, Inc. Efrain Lupercio, Marina Landscape Services AD Aleman, SGD Enterprises DBA Four Season Landscaping Rojelio Morales, Venco Western Alex Lazo, American Heritage Landscape The following questions were asked and answered: Q1) Based on the last contract and going into the new contract, what aspect of this contract is the most important to the City? maintenance. However, water management will be emphasized more in this contract focusing on eliminating water run-off, cutting water costs, and irrigation maintenance. A2) Annette to search for info and provide to me for addendum. PROPOSAL # LMD-23-24-26 Addendum No. 1 February 20, 2024 The following was reviewed: Project scope of work Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 03//2024 ____________________________________ ____________ _________________________ sRepresentative Date Stay Green Inc. ____________________________________ Company Name PROPOSAL # LMD-23-24-26 Addendum No. 2 February 21, 2024 Addendum No. 2 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ I.PRE-PROPOSAL MEETING Q&A The following question asked in the recent pre-proposal meeting was not included in Addendum No. 1. Please see the answer to question #2: Q2) What was the official name of the previous Maintenance and the DIR number for the project was 471006. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 03//2024 ____________________________________ ____________ _________________________ ContractorsRepresentative Date Stay Green Inc. ____________________________________ Company Name PROPOSAL # LMD-23-24-26 Addendum No. 3 March 8, 2024 Addendum No. 3 PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians /źƷǤ ƚŅ {ğƓƷğ /ƌğƩźƷğͲ /ğƌźŅƚƩƓźğ ŷźƭ ğķķĻƓķǒƒ ƒǒƭƷ ĬĻ ğĭƉƓƚǞƌĻķŭĻķ ǝźğ .źķbĻƷ ğƓķ źƓĭƌǒķĻķ ǞźƷŷ ƷŷĻ ƦƩƚƦƚƭğƌ ƩĻƭƦƚƓƭĻ͵ I.UPDATES TO SCOPE OF WORK The following updates have been made to the various sections within the Scope of Work: rd PARAGRAPH In striving to meet the statewide diversion goal of 75%, LMD requires every effort to keep green waste out of landfills. The contractor shall either mulch green waste material onsite or haul material to a certified green waste diversion facility for processing. The contractor shall maintain a log and report method of diversion annually to the LMD office by providing total tons of green waste generated and the total tons diverted from the landfill by either reuse on site or recycling through a facility. Narratives, photographs, weight tickets and diversion reports are acceptable forms of reporting. The log must be provided upon request at any given time during the contract. The City will require the installing contractor to fulfill a warranty period and then the maintenance contractor will be responsible thereafter. Currently, there are no olive trees within the scope of work that will need spraying. There are currently no pots that need to be hand-watered at this time. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. This addendum must be ack 03/11/2024 ____________________________________ ____________ _________________________ ContractorsRepresentative Date Stay Green Inc. ____________________________________ Company Name PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Throughfare Medians - as a catch-up day Monday: Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Tuesday: Copper Hill Dr. Newhall Ranch Rd to Seco Canyon Rd. Wednesday: Magic Mountain Pkwy. Interstate 5 to Railroad Ave. and McBean Pkwy. Interstate 5 to Copper Hill Dr. Thursday: McBean Pkwy. Interstate 5 to Copper Hill Dr. and Newhall Ranch Rd. Side panel/pkwy on south side from Friday: McBean Pkwy. Interstate 5 to Copper Hill Dr. Monday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Tuesday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. Wednesday: Newhall Ranch Rd. Vanderbilt Way to Golden Valley Rd. and Rye Canyon Rd. Avenue Stanford to Newhall Ranch Rd. Thursday: Valencia Blvd. Interstate 5 to Bouquet Canyon Rd. Friday: Holiday or catch-up day, where is needed West Crew Area 2008-1 Area Wide Major Throughfare Medians This Central - as a catch-up day Monday: BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. Tuesday: BOUQUET CANYON ROAD Dot Street to Magic Mountain Pkwy. AND BOUQUET CANYON Non- just north AND Bouquet Cyn. to Copper Hill Dr. all tree wells located on both sides of the street. Wednesday: Bouquet Canyon Rd. to Banyan Pl. (includes Side Median north of Decoro) AND Seco Cyn. To Buckhorn Ln., all tree wells both east and west bound AND side Thursday: - irrigated parkways adjacent to block wall south of Decoro Friday: Interstate 5 to Railroad AND McBean Pkwy. to south of Lyons .) th Monday: 6 Street to Highway 14 AND and surrounding circular parkways thth St., including side panels to 6St. on Main St. th Tuesday: Return to - St., th including side panels to 6 St. on Main St. Wednesday: Thursday: Friday: Holiday or catch-up day, where is needed Central Crew Area 2008-1 Area Wide Major Throughfare Medians This East - as a catch-up day Monday: GOLDEN VALLEY RD. Claremore Wy to Via Princessa Tuesday: GOLDEN VALLEY RD. Claremore Wy to Via Princessa AND GOLDEN VALLEY TRIANGLE RD. Rainbow Glen Dr. to of Way. Wednesday: PLUM CANYON RD. Bouquet Canyon Rd. to Thursday: Golden Valley Rd. to Campus Exit AND Friday: to Plum Canyon Rd. (includes two roundabouts) Monday: - and westbound. Tuesday: Wednesday: Thursday: Friday: - East Crew Area 2008-1 Area Wide Major Throughfare Medians The Floater Crew extras The Floater crew will rotate through all ALandscape Maintenace including: on--ramp of north bound I-5 at Lyons Avenue on--ramp of both north and south bound SR14 at Sand Canyon Road And --ramp north bound I-5 at Newhall Ranch Rd. -on--ramp north bound I-5 at Magic Mountain Pkwy. -on--ramp north bound I-5 at Valencia Blvd. -on--ramp north bound I-5 at McBean Pkwy. on--ramp both north and south bound at Newhall Ave. on--ramp both north and south bound SR14 at Placerita Cyn. on--ramp both north and south bound SR14 at Golden Valley Rd on--ramp both north and south bound SR14 Floater Crew Area STAY GREEN, INC. REVISED COST PROPOSAL EXHIBIT A: COST PROPOSAL PROPOSAL # LMD-23-24-26 2008-1 Area Wide Major Thoroughfare Medians City of Santa Clarito, California Fill out this form completely and return with your proposal. Item No. Project Site Column A Monthly Maintenance Cost Column B Annual Maintenance Cost 1. LMD Zone 2008-1 Crew 1 $ 34,640 x 12 months $415,680 2. LMD Zone 2008-1 Crew 2 $ 34,640 x 12 months $415,680 3. LMD Zone 2008-1 Crew 3 $ 34,640 x 12 months $415,680 4. LMD Zone 2008-1 Crew 4 $ x 12 months $ 5. LMD Zone 2008-1 Additional Crew $ x 12 months $ LMD Zone 2008-1 Combined $ 103,920 x 12 months $1,247,040 Total proposed amount annually, in legibly printed words: One million, two hundred forty-seven thousand